Valve Tenders

Valve Tenders

Municipality Of San Nicolas, Pangasinan Tender

Automobiles and Auto Parts
Philippines
Details: Description Specifications: Displacement : 11.596l Engine Type : 6-cylinder Inline Exhaust Valve Brake, Turbo Charging And Intercooling Tank Volume : 300l Republic Of The Philippines Province Of Pangasinan Municipality Of San Nicolas Invitation To Bid For Procurement Of Ten Wheeler Truck For Solid Waste Disposal The Municipality Of San Nicolas Through The Development Fund Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (p4,500,000.00) Being The Approved For The Contract (abc) To Payments Under The Contract For Procurement Of Ten Wheeler Truck For Solid Waste Disposal. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of San Nicolas Now Invites Bids For The Procurement Of Ten Wheeler Truck For Solid Waste Disposal. Delivery Of The Goods Is Required (30days). Bidders Should Have Completed Within Ten (10 Days) 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. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criteria As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnership, 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 5183. 4.interested Biddings May Obtain Further Information From The Municipality Of San Nicolas And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00-12:00 And 1:00-5:00pm. 5. A Complete Bidding Documents May Be Purchased By Interested Bidders On January 29-february 17, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00). The Municipality Of San Nicolas Will Hold A Pre Bid Conference On February 4, 2025 At 2:30 P.m. Bids Must Be Delivered To The Address Below On Or Before January 29-february 17, 2025 At 3:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itd Clause 18. Bid Opening Shall Be On February 17, 2025 At 3:00 Pm At The Bids And Awards Committee Office, First Floor Of Municipal Hall. 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. 6.all Bids Submitted Must Be Sealed And Submit To The Bac Secretary For Received. 7.the Municipality Of San Nicolas Reserves The Right To Accept Or Reject Any Bid, The Annul The Bidding Process, And To Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Susana D. Maxion Bac Secretariat Bac Office First Floor Municipal Hall San Nicolas, Pangasinan Atty: Charlene B. Lagua Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 4.5 Million (USD 77.7 K)

Municipality Of Nasugbu, Batangas Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Supply And Delivery Of Three (3) Units Mpv Model: 2025 2.8 E Dsl At Specifications: Overall Dimensions Length X Width X Height (mm): 4,735 X 1,830 X 1,795 Seating Capacity: 8 Engine & Transmission Model: 1gd-ftv Type: 4-cylinder In-line, 16 Valve Double Overhead Camshaft (variable Nozzle Turbo Charger W/ Intercooler) Displacement: 2,755 Max Output (ps / Rpm): 174 / 3,400 Max Torque (nm / Rpm): 360 / 1,200-3,400 Transmission: 6-speed At Chassis Suspension (front / Rear): Independent, Double Wishbone With Coil Spring / 4-link With Coil Spring Brakes (front / Rear): Ventilated Discs / Leading-trailing Drum Tires / Wheels: 205/65 R16 Alloy Exterior Headlamps: Multi-reflector Halogen Front Fog Lamps: Led Outside Rear View Mirror Color: Color Keyed Power Features: Power Adjust Welcome Lamp: None Front Grille: Black + Silver Paint Windshield Wiper (front / Rear): Intermittent / With Rear Combination Lamp: Bulb Type Door Outside Handle: Color Keyed Door Belt Moulding: Black Interior Seat Material: Fabric (black) Seat Type And Adjustment: Front: D: 6-way Manual Adjust + P: 4-way Manual Adjust Rear #1: 60/40 Split, Slide, Recline, And 1-touch Tumble Rear #2: One Touch Easy Space Up Multi-information Display (mid): Dot Type Economy Meter: Eco Lamp + Zone Display Steering Wheel: Material: Urethane + Silver Switch: Mid + Audio + Phone + Voice Command Sun Visors:d,p: With (pvc) Inside Door Handle: Black Assist Grip: Fr: 1 + Rr: 4 Door Trim: Fabric (black) Storage Glove Box: With + Key Console Box: With Lid Cool Box: With Lamps Front Personal Lamp: With Room Lamp: With Luggage Room Lamp: With Dome (only) Function Keyless Entry: With Ignition System: Rotary Type Drive Mode Select: Eco + Power Power Features Windows: D: Auto Up/down + Jam Protect Door Locks: With Airconditioning System(front/rear): Manual Control Light Control System: Standard Audio System Type: 7" Display Audio Smartphone Connectivity: Apple Carplay + Android Auto Function: Am / Fm / Bluetooth / Usb / Aux / Voice Command Speakers: 6 Door Ajar Warning: With (each Door Display) Safety & Security: Srs Airbags: Driver + Front Passenger + Knee (d) Anti-lock Brake System (abs): With + Brake Assist + Ebd Vehicle Stability Control (vsc): With Hill-start Assist Control (hac): With Seatbelts: Front: 3 Pt. Elr + Pretensioner: 2 Rear #1: 3 Pt. Elr: 3 Rear #2: 3 Pt. Elr: 3 Child Restraint System: Isofix: 2 + Tether Anchor: 2 Emergency Brake Signal: With Parking Support: Reverse Camera Inclusions: Tint Standard Tools And Jack Factory Rustproofing Matting Seat Cover Ewd 3 Years Lto Registration 1 Year Comprehensive Insurance (gsis)
Closing Date20 Feb 2025
Tender AmountPHP 4.6 Million (USD 80.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Chemical Products
United States
Details: Sources Sought Notice this Notice Is For Planning Purposes Only And Shall Not Be Considered An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation Of The Government To Acquire Any Products Or Services. Responses To This Notice Will Be Used For Informational Purposes Only And Only For Network Contracting Office 5. No Entitlement To Payment Of Direct Or Indirect Costs From The Government Will Arise As A Result From A Response To This Announcement. No Contract Will Be Awarded From This Notice. the Information Requested In This Notice Will Be Used To Determine Available Sources Of Reagents For The Phadia Instrument And Place Of Manufacturer. the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office (nco) 5 Is Seeking Sources For The Following Procurement: portable Compressed Oxygen north American Industry Classification System (naics) Number Is 325120. The Naics Size Is 1200. contractors That Deem Themselves Capable Of Meeting The Requirement Shall Provide The Below Information To Ryan Singletary, Contract Specialist, At Ryan.singletary@va.gov No-later-than February 14, 2025 At 3pm, Eastern Time. background the Purpose Of This Acquisition Is The Repetitive Delivery Of Usp Size E With Grab N Go Reg/diss Integrated Valve/regulatory Cylinders To Each Va Medical Center Location For The Va Medical Healthcare System (vamhcs). This Will Support Patient Care At Va Medical Center Baltimore, Perry Point And Loch Raven (vamhcs). type Of Contract network Contracting Office 5 Intends To Award An Estimate Of One Single Award Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract Five Years Based On Results Of Market Research. statement Of Work medical Gases Department Of Veterans Affairs Va Maryland Health Care System For Baltimore, Loch Raven And Perry Point background. the Purpose Of This Acquisition Is The Repetitive Delivery Of Usp Size E With Grab N Go Reg/diss Integrated Valve/regulatory Cylinders To Each Va Medical Center Location For The Va Medical Healthcare System (vamhcs). This Will Support Patient Care At Va Medical Center Baltimore, Perry Point And Loch Raven (vamhcs). scope. the Contractor Shall Be In The Business Of Providing Medical Grade Oxygen Cylinders To: department Of Veterans Affairs Medical Center (va) Loch Raven, 3901 The Almeda, Baltimore, Maryland 21218-2100 department Of Veterans Affairs Medical Center (va) Baltimore, 10 N. Greene Street Baltimore, Md 21201 department Of Veterans Affairs Medical Center (va) Perry Point, Bldg 23, Eighth Street & Avenue D Perryville Md 2190 the Contractor Or Subcontractor Is Responsible For Picking Up Empty Cylinders From The Designated Delivery Docks At: baltimore Located Delivery Dock Cylinder Room Bb104. loch Raven Located Building 1, Room G-14. perry Point Located Building 23 Room Gg-109b. the Contractor Or Sub-contractor Shall Make Deliveries Of Full Cylinders On Scheduled Delivery Days At Va Medical Center Baltimore Maryland, Va Medical Center Loch Raven And Perry Point Va Medical Center Ensuring That Seals And Full/in Use/empty Tags Or Barriers Are Properly Affixed. Furthermore, Securing Tanks With Chains And Ensuring That Collection Areas Are Locked Or Otherwise Secured Upon Departure Is Essential. This Is A One For One Non-government Owned Cylinder Exchange. at The Time Of Each Delivery, Contractor Must Provide A Legible Signed And Dated Written Document That Identifies The Full Quantity Delivered And Empty Tank Quantity Returned. Contractor Will Ensure All Empty Cylinder Tanks Are Retrieved During Restocking Process. This Document Must Be Counter-signed By The Warehouse Personnel Who Gives Contractor Access To The Tanks Or Designated Supply Chain Management Service Employee At Time Of Delivery. contractor Or Sub-contractor Shall Sign In And Out Of The Facility With Vamhcs. contractor Will Provide A Monthly Consolidated Invoice Clearly Showing Each Line Item And Amount Of Each Line Item Delivered For That Month And Each Line Items Amount Returned Cylinder No Later Than The Monday Of The First Working Week Of The Following Month. contractor Or Sub-contractor Shall Furnish All Labor And Materials Needed To Complete The Work At No Cost To The Vamhcs Except As Outlined In The Contract. contractor Shall Respond Via Phone Call Or Email The Same Day To Requests Made For Emergent Specialized Gases Needed For Medical Procedures. The Contractor Or Sub-contractor Must Be Able To Deliver Gases In Emergent Situations In A Four-hour (from Time Of Confirmation) Delivery Time Frame As Needed By The Vamhcs. quantities Shown In The Schedule Of Supplies And Services Are Estimates Of The Va Medical Center Baltimore, Loch Raven And Perry Point (vamhcs). There Is No Express Or Implied Guarantee That These Quantities Will Be Purchased. Any Contract Awarded Under The Solicitation Will Be An Indefinite Delivery/indefinite Quantity For A Period Of Five (5) Years, Pending Availability Of Funds. all Option Periods Will Be Exercised At The Discretion Of The Government. period Of Performance: the Vendor Shall Begin Services No Later Than 14 Days After The Contract Award Date. The Period Of Performance Is As Follows: 04/01/2025 03/31/2030 this Will Be A Five-year (5) Idiq Contract. pricing Period One 04/01/2025 To 03/31/2026 pricing Period Two - 04/01/2026 To 03/31/2027 pricing Period Three - 04/01/2027 To 03/31/2028 pricing Period Four - 04/01/2028 To 03/31/2029 pricing Period Five - 04/01/2029 To 03/31/2030 contractor Owned Equipment: all Equipment And Materials Required To Perform On The Contract Shall Be Provided By The Contractor. Non-government Owned Equipment Shall Be Installed, Inspected, Inventoried, And Maintained By The Contractor At The Contractor S Expense (i.e., All Installation, Inspection, Inventory, And Maintenance Costs Shall Be Included In The Contract S Monthly Equipment Rental Fee For The Applicable Facility.) Non-government Owned Equipment Shall Be Kept In Good Operating Condition And Appearance, In Accordance With Applicable Regulations, Standards And Normal Good Practices. Contractor Shall Be Provided Reasonable Access To All Medical Gases Storage Areas For This Purpose. installation Of Non-government Owned Equipment unless Otherwise Directed By The Using Facility, Non-government Owned Equipment Shall Be Installed By The Effective Date Of The Contract No Exceptions; Provided: If The Contractor S Equipment Replaces Equipment Already In Use, The Contractor Shall Be Allowed A Maximum Of Ninety Days After Receipt Of Notice Of Award To Complete Installation. The Exchange Of Equipment Shall Be Accomplished Without Interruption Of Gas Supply To The Using Facility. if Contractor Subcontracts To Vendor Currently Servicing Facility And No Exchange Of Equipment Applies, It Will Be The Sole Responsibility Of The Contractor To Inventory Such Equipment. Contractor/subcontractor Installed Equipment Shall Remain The Property Of The Contractor/subcontractor And Shall Be Removed Upon Termination Of The Contract, When Directed By The Ordering Facility And In Full Cooperation With The Succeeding Contractor To Avoid Interruption Of Gas Supply. to Permit Orderly Transition From One Contractor To Another, The Contractor Shall Continue To Honor The Contract S Monthly Equipment Rental Fee And Medical Gases Contract Price For A Maximum Of Ninety Days Beyond The Scheduled Expiration Of The Contract Period, Unless Transition From One Contractor To Another Is Completed Prior To The Ninety-day Transition Period. For Any Partial Month, The Contractor Shall Prorate The Monthly Equipment Rental Fee Accordingly. The Contractor Shall Continue To Provide And Maintain Its Equipment During This Transition Period. No Guarantee Is Given Or Implied That Data Included In The Schedule Of Supplies And Services Regarding Non-government Owned Equipment Currently Located At The Facilities Is Complete And Accurate As To The Factors Affecting The Cost Of Furnishing And Installing The Required Non-government Owned Tanks And Appurtenances. Offerors Are Strongly Encouraged To Visit The Facility Site Prior To Submitting A Quote And Take Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, And The General And Local Conditions Which Can Affect The Work Or The Cost Thereof. To Set Up A Site Visit Please Contact The Contracting Officer By Email Ryan.singletary@va.gov. Failure To Do So Shall Not Relieve Offerors From The Responsibility Of Estimating Properly The Difficulty And Cost Of Successfully Performing The Work. response And Delivery Times: missed Deliveries: missed Delivery Reported By Contractor/subcontractor Notification Any Missed Delivery Will Be Reported By Contractor To Vamhcs Within 24 Hours. missed Delivery Reported By Vamhcs To Contractor Delivery Missed Deliveries Reported By Vamhcs To Contractor Will Be Delivered Within 24 Hours From Time Of Notification. emergent Response An Emergency Request For Gases Will Be Responded To Within 2 Hours. Stating The Time And Location Of Expected Delivery. emergent Deliveries - Deliveries Made On An Emergent Basis Will Be Within 4 Hours From Time Of Contractor Response. loss Of Equipment Accountability lost Or Damaged Contractor-owned Cylinders Loss Of Use (lou) For Each Contractor-owned Cylinder Lost Or Damaged Beyond Repair While In The Government's Possession, The Government Shall Pay To The Contractor The Replacement Value, Less The Allocable Rental Paid For That Cylinder. These Cylinders Shall Become Government Property. If Any Lost Cylinder Is Located Within 30 Calendar Days After Payment By The Government, It May Be Returned To The Contractor By The Government, And The Contractor Shall Pay To The Government An Amount Equal To The Replacement Value, Less Than Rentals Computed In Accordance With Sow. This Will Be A Demurrage Charge Which Will Be Negotiated And Issued On A Separate Purchase Order. joint Inventory Of Contractor-owned Cylinders The Va And The Contractor Shall Perform An Annual On-site Inventory, Of All Contractors Provided Cylinders To Verify The Amounts Of Cylinders In Use. This Task Is To Be Completed At The Beginning Of The Contract And Annually Thereafter. Vamhcs Will Coordinate The Taking Of This Inventory With The Contractor. Contractor Representative(s) Shall Participate On-site In The Annual Inventory Audit With The Designated Va Personnel. Va Is Responsible For Obtaining Access To All Pertinent Areas For The Purpose Of Counting Existing Contractor Provided Cylinders At The Specific Va Facility. after The Annual Inventory Audit (this Pertains To The 2nd Annual Audit Approximately At Or Around Option Year Exercising), If More Cylinders Are Found Than Indicated On The Quarterly Joint Inventory Of Cylinders, The Inventory Count Shall Be Increased To That Number And Shall Be The Value Going Forward Until Next Annual Joint Inventory Is Taken. after The Annual Joint Inventory Audit, If Less Cylinders Are Found Than Indicated On The Previous Annual Joint Inventory Of Cylinders, The Inventory Count Shall Be Decreased To That Number And Shall Be The Value Going Forward Until Next Annual Joint Inventory Is Taken. Lou Cylinders Quantity And Type Shall Be Removed From The Annual Joint Inventory Of Cylinders Only After A Separate Purchase Order Has Been Issued By The Contracting Office And Invoice And Payment Has Occurred. To Receive Payment For Lou Items, Contractor Must Submit An Lou Quote To The Contracting Office. Purchase Order Will Be Executed Upon Agreement By Contracting Officer And Contractor (see Section 7.1). Once The Va Pays The Lou Invoice For Unaccounted Cylinders, Those Cylinders Become Va Property (only Pertaining To Section 7.3). billing/invoicing: contractor Will Send Consolidated Usage Report To The Contracting Officer Representative Monthly Of Cylinder Rental Charges By Location To Vamhcs. payments Are To Be Made In Arrears, After The Receipt Of A Properly Prepared Invoice. invoicing Will Be Seperated By Location And Annotated On All Invoices. All Invoices Will Clearly State The Purchase Order #, Contract Number, Clin (contract Line-item Number), Description, Stock # And Quantity Of Tanks Exactly As Stated On The Contract. performance Monitoring. the Cor Will Monitor And Evaluate Contractor S Performance As Well As Invoicing Proficiency On A Quarterly Basis To Ensure That Contractor S Performance And Invoicing Is In Accordance With The Contract. The Cor Will Also Notify The Contracting Officer Immediately If There Is Any Major Issue(s) That Arises Affecting The Performance Of The Contract. security Requirements. all Contractor/sub-contractor Personnel Are Required To Wear Identification (id.) Badges During The Entire Time They Are At Vamhcs And/or On Its Grounds. Id. Badges Must, At Minimum, Include The Picture Of The Contractor S Employee, First And Last Name Of The Employee, And The Name Of The Contractor On Each Id. Badge. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Area. Parking Information Is Available At The Va Police Department. The Va Police Department Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstance. licensing And Certification contractor Will Adhere To All Local, State, And Federal Regulations Involving Compressed Gases. Routine Delivery Schedule. the Contractor Shall Arrive At The Va Medical Center Baltimore (vamhcs) From 8am To 11am On Tuesday And Thursday Of Each Week. Deliveries To All Other Facilities Will Be Monday-friday 8am To 3pm. the Sole Responsibility To Prepare A Truck With Correct Cylinders Varying Types Of Gases To Ensure A One For One Exchange Is Executed And Par Levels Are Maintained Is That Of The Contractor Or Sub-contractor. Va Medical Center Baltimore (vamhcs) Is A 24-hour Medical Facility And Requires Cylinders On Hand For Emergency Procedures At All Times. the Contractor (prime) Will Appear In Person For A Site Visit Upon Awarding Of The Contract As Well As Approximately Six Months After The Start Of The Contract To Inspect All Delivery Points. item Information item Number description Of Supplies/services estimated Quantity unit 0001 1,560.00 wk cyliner Compressed Gas,0s,sz E, W/grab 'n Go Reg/diss Integrated Valve/regulator For Va Baltimore. local Stock Number: Oxuspeawbds 0002 1,560.00 wk cyliner Compressed Gas,0s,sz E, W/grab 'n Go Reg/diss Integrated Valve/regulator For Va Perry Point. local Stock Number: Oxuspeawbds 0003 1,560.00 wk cyliner Compressed Gas,0s,sz E, W/grab 'n Go Reg/diss Integrated Valve/regulator For Va Loch Raven. local Stock Number: Oxuspeawbds 0004 6,284.00 mo va Baltimore Rental Grab N Go Compressed Oxygen, With Regulator Size E. local Stock Number: Rntu411 0005 3,174.00 mo va Perry Point Rental Grab N Go Compressed Oxygen With Regulator, Size E. local Stock Number: Rntu411 0006 1,503.00 mo va Loch Raven Rental Grab N Go Compressed Oxygen With Regulator, Size E. local Stock Number: Rntu411 0007 12.00 ea emergency Delivery Fee (all Sites). local Stock Number: Emergency Del responses (any Item Not Addressed In Vendor S Response May Be Considered A Negative Inference By The Contracting Officer): if Interested, Please Provide The Following Information In A Response: 1. Name Of Company 2. Point Of Contact; Name, Phone Number And Email Address 3. Sams Uei 4. Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. 5. Is Your Company Considered Small Under The Naics Code Identified Under This Sources Sought? 6. Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? 7. If Not Manufacturer, Provide A Letter, Memo, Or Certification That Firm Is Authorized Distributor. 8. If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? 9. Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. 10. If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? 11. Please Provide General Pricing For Your Products/solutions For Market Research Purposes. 12. Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, February 14, 2025, At 3:00 Pm Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

MUNICIPALITY OF PANGIL, LAGUNA Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Materials To Be Used For The Improvement Of Water System (installation Of Water Distribution Line) Located At Manila East Road, Barangay Sulib, Pangil, Laguna Location : Barangay Sulib, Pangil, Laguna Brief Description/scope Of Work : Improvement Of Water System Approved Budget For The Contract (abc) : Php236,160.75 Contract Duration/delivery Period : Within Twenty (20) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 3, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) 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 Bidder Or Bidders. The Municipal Government Of Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Engr. Vinson David V. Valois Bac Chairperson 0927-179-2825 Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Materials To Be Used For The Improvement Of Water System (installation Of Water Distribution Line) Located At Manila East Road, Barangay Sulib, Pangil, Laguna Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10 Copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description's Unit Total Cost Cost 1 28 Pcs Pvc Pipe Blue No 3 Hub Type (rubber Seal ) 2 25 Pcs Pvc Pipe Blue No 2 Hub Type (rubber Seal ) 3 6 Pcs Pvc Elbow No 3 4 2 Pcs Pvc Male Adaptor No 3 5 2 Pcs Mech Sleeve Coupling No 3 6 1 Pcs Swing Valve 3 ( Bronze ) 7 1 Pcs Pvc Bell Reducer ( Rubber Seal ) 8 20 Rol Tapelon Big 9 1 Can Plastic Cement 10 1 Pcs Swing Valve No 2 11 4 Pcs Pvc Male Adaptor No 2 12 1 Pcs Mechanical Clam No 6 X 3 13 1 Pcs G.i. No 2 Fabricated 45 Deg 14 2 Pcs Pvc Union Patente No 2 15 1 Pcs Swing Valve No 1 ( Bronze ) 16 5 Pcs G.i. Union Patente No 1 17 12 Pcs G.i. Coupling No 1 18 2 Pcs G.i. Wire No 16 19 5 Pcs Hacksaw Blade Total Amount - Purpose: Materials To Be Used For The Improvement Of Water System (lnstallation Of Water Distribution Line) Located At Manila East Road, Barangay, Sulib, Pangil, Laguna. Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ ________________________________________________________________________________________________ Type Of Bid Security/bidders Bond: ___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided 3. Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i) Withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii) Fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
Closing Date11 Feb 2025
Tender AmountPHP 236.1 K (USD 4 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n97113a|feb|717-605-4356|joshua.d.martin76.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| special Shipping And Marking Instructions|6|x|||x||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|333618|1500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Solicitation Contains Multiple Clins; Therefore Award Will Be Based Ontotal Dollar Value And Not Individual Unit Price. p/n 4241047 (62445) p/n 4144966 (62445) p/n 0118 1060 (62445) p/n 0241 1519 (62445) government Source Inspection Per Far 52.246-2 Is Required.delivery_______________days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Are considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Gasket,valve Cover . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Gasket,valve Cover Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 4241047 Gasket Valve Cover Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n: 4241047 Gasket Valve Cover Mfg. Deutz Cage Code (62445) 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cartridge,safety . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cartridge,safety Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: 4144966 Engine Safety Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. part Number: 4144966 Safety Cartride Manufactured By Deutz. Deutz P/n Is 4144966. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Filter,fuel Primary . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Filter,fuel Primary Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; Part Number: 0118 1060 Element, Fuel Filter Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. part Number: 0118 1060 Element, Fuel Filter Mfg. Deutz Cage Code (62445) 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cone,sealing . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cone,sealing Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 0241 1519 Sealing Cone Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n: 0241 1519 Sealing Cone Mfg. Deutz Cage Code (62445)
Closing Date23 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Repair/rehab. Of Rhu Halfway House Goods-np2024-022 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “repair/rehab. Of Rhu Halfway House” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Two Hundred Forty-four Thousand Two Hundred Fifteen Pesos Only (php 244,215.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 16, 2025, Before 10:00 A.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 16, 2025, Before 10:00 A.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar 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 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Section Vi. Schedule Of Requirements Project Name: Repair/rehab. Of Rhu Halfway House The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Cement Bags 61 Sand Cu.m. 5 Gravel Cu.m. 2 12mmø Rsb Pcs 17 10mmø Rsb Pcs 32 G.i. Tie Wire Kgs 5 (4") Chb Pcs 520 (1/4") Marine Plywood Shts 13 (1/2") Marine Plywood Shts 4 (2" X 3" X 3m) Good Lumber Pcs 40 (1" X 8" X 3m) Good Lumber Pcs 8 C.w. Nail (assorted) Kgs 10 F. Nail (1.5") Kgs 2 Water Closet Including Fittings & Accs. Set 2 Ceramic Lavatory Set 2 (8ft) Corr. G.i. Roofing (pre-painted) Shts 5 (12ft) Corr. G.i. Roofing (pre-painted) Shts 5 Plain G.i. Sheet Shts 2 Plain G.i. Gutter Pcs 6 Umbrella Nail Kgs 2 Multi-purpose Sealant Pcs 1 (60cm X 40cm) Jalousie Window Unit 4 (150cm X120cm) Jalousie Window Unit 2 (210cm X 70cm) Pvc Flush Door Unit 2 Door Knob Pcs 2 Jetmatic Pump Unit 1 (1" Dia.) Pe Pipe Sdr11 (60meters) Roll 1 (1" Dia.) Pe Pipe Coupling Pcs 1 (1" Dia.) Pe Pipe Elbow Pcs 1 (1") Pvc Foot Valve Pcs 1 (1") Pvc Check Valve Pcs 1 (1 1/4"x1") Pe Reducer Pcs 1 (1/2") Pvc Pipe S-blue Pcs 6 (1/2") S-blue Elbow Pcs 10 (1/2") S-blue Coupling Pcs 5 (1/2") S-blue Tee Pcs 4 (1/2") S-blue Female Adapter Pcs 4 (1/2") S-blue Male Adapter Pcs 4 (1/2") Pvc Faucet Pcs 4 Teflone Tape Roll 2 Cement Solvent Can 1 (4") Sanitary Pvc Pipe Pcs 2 (4") Elbow Pcs 3 (4") Tee Pc 1 (2") Sanitary Pvc Pipe Pc 1 (2") Elbow Pcs 2 (2") Tee Pcs 2 (4"x4") Floor Drain Pcs 2 Led Bulb (18w) Pcs 4 Receptacle Pcs 4 Junction Box Pc 1 Utility Box Pcs 2 Single Switch Pcs 2 (1/2" Dia.) Flexible Hose Mts 10 2.0mm^2 Wire Mts 20 Electrical Tape Roll 2 Acrytex Primer Gals 4 Acrytex Reducer Gals 2 Acrytex Tinting Color (varies) Lits 2 Acrytex Top Coat (white) Gals 4 Paint Brush Pcs 4 Paint Roller Pcs 4 Baby Roller Pcs 4 Qde Primer Gal 1 Qde Top Coat Gal 1 Paint Thinner Bot 2 Sand Paper (varies) Yard 5 Tile Adhesive Bags 3 (40cm X 40cm) Ceramic Glazed Tile Pcs 60 (40cm X 40cm) Ceramic Unglazed Tile Pcs 24 Tile Grout Packs 3 Tile Trim (3 Meter Length) Pcs 4
Closing Date15 Jan 2025
Tender AmountPHP 224.2 K (USD 3.8 K)

City Of Malolos Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Issue Description 1.00 General Requirements 1.01 Mobilization/transportation/hauling Of Materials 1.02 Project Billboard/signboard 1.03 Const. Safety And Health 1.04 Temporary Facilities 1.05 Signed And Sealed Structural, Electrical, Sanitary Plans 1. 06 Application Of All Bldg. Permits, Fire Clearance Fees Sub-total 2.00 2.00 Site Preparation And Earthworks 2.01site Clearing, Layout And Staking 2.02 Demolition, Layout And Staking 2.03 Structural Excavation 2.04 Backfilling And Compaction 2.05 Imported Filling Materials, Spreading And Compaction 2.06 Soil Treatment 2.07gravel Bedding/base & Tampering Sub-total 2.00 3.00 Concrete Works 3.01 Reinforcing Steel Bars & Tie Wires 3.02 Reinforcing Bars 10mm, 12mm (grade 33), 16mm (grade 40) 3.03 Gauge 16 Tie Wires 3.04 Concrete 3.05 Formworks & Scaffoldings Sub-total 3.00 4.00 Masonry Works 4.01 5” Chb Wall (non-load Bearing) With 10mm Rsb@0.6m.b.w 4.02 4” Chw Wall (non-load) Bearing) Qith 10mm Rsb@0.6m.w Sub-total 4.00 5.00 Roof Framing And Roofing 5.01 Structural Roof Framing 5.02 Pre-painted Long Span Ga.24 Bended Accessories 5.03 10 In. Ficem Board Sinepa 5.04 Insulation (10mm Double-sided) Sub-total 5.00 6.00 Architectural Works Wall Plastering 6.01 Exterior Wall 6.02 Interior Wall Sub-total 6.00 7.00 Moisture And Thermal Protection 7.01 Cementitious Waterproofing (2f And 3f And 1 Toilets And Hallway) Sub-total 7.00 8.00 Ceiling Works 8.01 4.5mm Ficem Board On Metal Furring (with Eaves Ceiling Vents) Gf, 3f, 2f Sub-total 8.00 9.00 Doors And Windows 9.10 Doors, Jambs And Hardware D-1 Solid Panel Door And Jamb (classrooms) Painted D-2 Marine Hollow-core Door Jamb (toilets) Painted 9.20 Windows W-1 Steel Casement Window With ¼ In Clear Glass (1.5mx 3.6m) Epoxy/enamel Painted W-2 Jalousie Windows With Clear Bades On Std.aluminum Casing With Fixed Glass On 50x150 Jamb With Griles W-3 Steel Casement Widow With ¼ In Clear Glass (0.6mx 0.6m) Epoxy Painted Sub-total 9.00 10.00 Floor Finishes Ff-1 Plain Cement Floor Finish (classrooms, Hallway, Stairs) Ff-2 300x300mm Non-skid Ceramic Tiles (toilets) Ff-3 Stair Brass/metal Nosing (main Stairs) Sub-total 10.00 11.00 Wall Finishes Wf-1 300x300m Ceramic Wall Tiles (t&b)-2.7m. High Sub-total 11.00 12.00 Painting Works 12.01 Exterior Wall Painting 12.02 Interior Wall Painting 12.03 Ceiling Painting Sub-total 12.00 13.00 Metal Works 13.01 G.l Sch. 40 Amin Stairs And Pwd Railings 13.02 Fire Exit Stairs 13.03 Steel Matting On 1.5m In G.i Frame Along Hallways (eposy/enamel Painted) 2f And 3f Sub-total 13.00 14.00 Plumbing Works 14.01 Polypropelene Water Line, Valves And Fittings 14.02 Pvc Sanitary Line 14.03 Pvc Roof And Rcp Storm Drainage Line 14.04 Area Drains & Catch Basins 14.05 Toilet Fixtures (white) Complete Accessories (stainless Angle Valves, Hose And Fittings) Water Closet Lavatory Counter With Stainless Faucet Urinals Stainless Floor Drain Pwd Toilet Stainless Grab Bars 14.06 Cistern Tank 14.07 Septic Tanl 1 (6mx3mx1.5m) 14.08 Rainwater Catchment System 14.09 1.0hp Booster Pumpset, With Controls, Cables,housing And 200 I,stainless Pressure Tank,pipes, Valves And Fittings Sub-total 14.00 15.00 Electrical Works 15.01 Roughing Ins (pvc), Boxes, Grounding Rod (include Service Entrance) 15.02 Wires And Cables (phelp Dodge Thhn-include Service Entrance/feeder Line 15.03 Panelboard And Circuit Breakers 15.04 Wiring Devices (switches/outlets) Wide Series 15.05 Lighting Fixtures (led Drop/flourescent Lights) 15.06 Service Entrance Concrete Post (4m High With Foundation Sub-total 15.00 16.00 Other Works 16.01 Classroom Blackboard With Framing Sub-total 16.00 Total Direct Cost A. Осм B. Profit C. Taxes Total Estimated Cost Say
Closing Date13 Jan 2025
Tender AmountPHP 15 Million (USD 256.8 K)

Department Of Health Treatment And Rehabilitation Center Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-035 Date: February 7, 2025 Procurement Title: Supply And Delivery Of Construction, Maintenance And Hardware Supplies Pr Reference No: 2025-02-075/ 2025-01s-060 Approved Budget Of The Contract (abc): Php 65,045.00 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 11, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Pcs 9 Watts Led Bulb (day Light) 50 150.00 2 Box Thhn 3.5 Mm Sq; 150 M Cable Wire 1 5,500.00 3 Box Thhn 2.0 Mm Sq; 150 M Cable Wire 1 4,500.00 4 Pcs Stainless,long Neck Faucet 10 250.00 5 Pcs Brass Padlock Heavy Duty 60mm 10 190.00 6 Pcs Rust Remover Penetrating Oil Multi-use 420 Ml 1 600.00 7 Pcs Electronic Contact Cleaner400ml Spray 1 350.00 8 Pcs Led Downlight 12 Watts, 6.5" Diameter Circle 10 190.00 9 Pcs Sus304 Stainless Steel 2 Way 1/2"×1/2“angle Valve For Toilet Bidet Faucet 90 Degree Angle Valve 5 250.00 10 Pcs Flexible Hose 1/2x1/2x 12'' 5 95.00 11 Pcs Flexible Hose 1/2x1/2x 16'' 5 115.00 12 Pcs Heavy Duty Plug 5 65.00 13 Pcs Lavatory Faucet, S/s 5 290.00 14 Pcs Duplex Outlet W/ground 5 190.00 15 Pcs Roof Sealant, 500 Grams 10 150.00 16 Pcs Teflon Tape 19mmx0.75mmx10m 10 30.00 17 Packs Wood Glue 500 Grams Sachet 2 180.00 18 Pcs Cylindrical Doorknob Entrance | Privacy Lockset Push Lock Door Knob Set 5 600.00 19 Cans Pvc Pipe Cement 400 Cc 2 350.00 20 Sack Commercial/solar Salt For Filtration (50kls/sack) 3 900.00 21 Pcs Electrical Tape (big)16mmx19mmx1m(10's) 15 65.00 22 Pcs Goose Neck Faucet, S/s Sus-304 Stainless Steel Standard Size: G1/2"(20mm) 4 550.00 23 Box 6013; 2.5kg/box Welding Rod 1 400.00 24 Box Cutting Disk4''(10pcs) 1 500.00 25 Roll Tansi (grass Cutter) 300mm 4 130.00 26 Pcs Disc Faucet Cartridge For Replacement Faucet Accessories Refined Copper 1/2"quick Open Faucet Spool 16 70.00 27 Pcs Stainless Steel Toilet Spray Bidet Holder 2 700.00 28 Pcs Pvc Pipe 4” Dia. (sanitary) S1000 9 600.00 29 Pcs Pvc Tee Reducer 4” X 2” 11 95.00 30 Pcs Pvc Elbow 4” X 90 4 110.00 31 Pcs Pvc Tee 4” 1 150.00 32 Pcs Pvc Cleanout 4” 1 80.00 33 Pcs Plain Sheet Colored (white) 4 720.00 34 Pcs Pvc Cement 200 Cc 2 300.00 35 Pcs Silicone Sealant (white) 10 220.00 36 Pcs Padlock 30mm Heavy Duty 50 100.00 37 Meters Farm Net Nylon 12mm To 15mm X 5ft 10 180.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date11 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)

Oriental Mindoro Tender

Automobiles and Auto Parts
Philippines
Details: Description Rfq No.2025- _______ Date: _______________ Request For Quotation Supply And Delivery Of Motorcycle 1st Qtr. 2025 The Municipal Government Of Pinamalayan Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply And Delivery Of Motorcycle 1st Qtr. 2025 Through Small Value Procurement (sec. 53.9, Irr Of R.a 9184) With Approved Budget For The Contract (abc) Of Two Hundred Thousand Pesos Only (200,000.00) Item/lot No. Quantity Units Item Description Abc 1 2 Units Motorcycle Vehicle Engine & Performance Engine Type: 4-stroke, 2-valve, Sohc, Liquid-colled, Esp Ignition Type: Full Transisterized Tire Size (front): 90/80 - 14 M/c 43p (tubeless) Overall Dimensionl Lxwxh 1,918 X 679 X 1,066 (mm) Ground Clearance: 131 Mm Battery Type: 12v - 5ah (mf-wet) Bore X Stroke: 52.4 X 57.9 (mm) Displacement: 125 Cc Brake Type (front): Hydraulic Disc Tire Size (rear): 100/80 - 14m/c 48p Curb Weight: 112 Kg Fuel Tank Capacity: 5.5 L Maximum Power: 8.2 5w , 8500 Rpm Fuel Consumption: 50.03km/l (wmtc Test Method) Starting System: Electric (acg Starter) Brake Type (rear): Mechanical Leading Trailing Wheel Type: Cast Wheel Seat Height: 769 Mm Fuel System: Pgm-fi Maximum Torque: 10.8 Nm 5000 Rpm With Free Helmet Anf Free 3 Yr Lto Registration 200,000.00 All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (go Vernment Procurement Reform Act). It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item/lot And Compare It With Other Bids/quotation Separately And Recommend For Contract Award Separately.contract Award Will Be Made To The Lowest Evaluated Quotation, Per Item/lot, Meeting Purchaser’s Technical Specifications. Likewise, In Accordance With Section 53.9 And Appendix A Of Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The Irr Of Ra No. 9184, The Supplier Shall Provide The Following Documentary Requirements As A Condition For Award Of The Contract: 1. Mayor’s Permit Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. All Quotations May Be Typewritten Or Handwritten And May Be Placed In Sealed Envelope Marked Supply And Delivery Of Motorcycle 1st Qtr. 2025 Through(rfq No. 2025-_ __ And Must Bedelivered/submitted On___ _______ At The Bac Secretariat Office, 2f Main Building, Municipal Compound, Pinamalayan, Oriental Mindoro. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Purchase Order (po). The Supplier Should Inform The Purchaser At Least A Day Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hour. Delivery Site: Lgu Pinamalayan The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. The Prospective Supplier Shall Submit The Following: A) Duly Accomplished Quotation Form (annex A); And B) Brochures Of The Items Offered, If Any. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers. Municipal Government Of Pinamalayan Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Fgovernment. Carlito M. Mejico, Cpa, Reb Municipal Assessor Bac Chairperson Quotation Form Rfq No. _______ Date: _____________ The Chairperson Bids And Awards Committee Municipal Government Of Pinamalayan Madrid Blvd., Zone Iii, Pinamalayan, Oriental Mindoro Sir/madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following Items (with Our Unit Prices And Total Price): Item/ Lot No. Item Description No. Of Units Unit Price Total Price 1 Motorcycle Vehicle Engine & Performance Engine Type: 4-stroke, 2-valve, Sohc, Liquid- Colled, Esp Ignition Type: Full Transisterized Tire Size (front): 90/80 - 14 M/c 43p (tubeless) Overall Dimensionl Lxwxh 1,918 X 679 X 1,066 (mm) Ground Clearance: 131 Mm Battery Type: 12v - 5ah (mf-wet) Bore X Stroke: 52.4 X 57.9 (mm) Displacement: 125 Cc Brake Type (front): Hydraulic Disc Tire Size (rear): 100/80 - 14m/c 48p Curb Weight: 112 Kg Fuel Tank Capacity: 5.5 L Maximum Power: 8.2 5w , 8500 Rpm Fuel Consumption: 50.03km/l (wmtc Test Method) Starting System: Electric (acg Starter) Brake Type (rear): Mechanical Leading Trailing Wheel Type: Cast Wheel Seat Height: 769 Mm Fuel System: Pgm-fi Maximum Torque: 10.8 Nm 5000 Rpm With Free Helmet Anf Free 3 Yr Lto Registration 1 Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty On Parts And Labor. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply And Deliver The Above Goods Within Ten (10) Days From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered And Installed Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered And Installed. ____________________________________________ Canvassed By: Supplier’s/authorized Representative Signature Over Printed Name Designation: _________________________________________ Enrique N. Mocling Name Of Company: ____________________________________ Mgadh I/bac Secretariat Address: _____________________________________________ Contact Number. ______________________________________ Philgeps Registration No:_______________________________
Closing Date10 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)

Department Of Health Treatment And Rehabilitation Center Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-045 Date: February 14, 2025 Procurement Title: Supply And Delivery Of Construction, Maintenance And Hardware Supplies (repost) Pr Reference No: 2025-02-075/ 2025-01-060 Approved Budget Of The Contract (abc): Php 65,045.00 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 18, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Pcs 9 Watts Led Bulb (day Light) 50 150.00 2 Box Thhn 3.5 Mm Sq; 150 M Cable Wire 1 5,500.00 3 Box Thhn 2.0 Mm Sq; 150 M Cable Wire 1 4,500.00 4 Pcs Stainless,long Neck Faucet 10 250.00 5 Pcs Brass Padlock Heavy Duty 60mm 10 190.00 6 Pcs Rust Remover Penetrating Oil Multi-use 420 Ml 1 600.00 7 Pcs Electronic Contact Cleaner400ml Spray 1 350.00 8 Pcs Led Downlight 12 Watts, 6.5" Diameter Circle 10 190.00 9 Pcs Sus304 Stainless Steel 2 Way 1/2"×1/2“angle Valve For Toilet Bidet Faucet 90 Degree Angle Valve 5 250.00 10 Pcs Flexible Hose 1/2x1/2x 12'' 5 95.00 11 Pcs Flexible Hose 1/2x1/2x 16'' 5 115.00 12 Pcs Heavy Duty Plug 5 65.00 13 Pcs Lavatory Faucet, S/s 5 290.00 14 Pcs Duplex Outlet W/ground 5 190.00 15 Pcs Roof Sealant, 500 Grams 10 150.00 16 Pcs Teflon Tape 19mmx0.75mmx10m 10 30.00 17 Packs Wood Glue 500 Grams Sachet 2 180.00 18 Pcs Cylindrical Doorknob Entrance | Privacy Lockset Push Lock Door Knob Set 5 600.00 19 Cans Pvc Pipe Cement 400 Cc 2 350.00 20 Sack Commercial/solar Salt For Filtration (50kls/sack) 3 900.00 21 Pcs Electrical Tape (big)16mmx19mmx1m(10's) 15 65.00 22 Pcs Goose Neck Faucet, S/s Sus-304 Stainless Steel Standard Size: G1/2"(20mm) 4 550.00 23 Box 6013; 2.5kg/box Welding Rod 1 400.00 24 Box Cutting Disk4''(10pcs) 1 500.00 25 Roll Tansi (grass Cutter) 300mm 4 130.00 26 Pcs Disc Faucet Cartridge For Replacement Faucet Accessories Refined Copper 1/2"quick Open Faucet Spool 16 70.00 27 Pcs Stainless Steel Toilet Spray Bidet Holder 2 700.00 28 Pcs Pvc Pipe 4” Dia. (sanitary) S1000 9 600.00 29 Pcs Pvc Tee Reducer 4” X 2” 11 95.00 30 Pcs Pvc Elbow 4” X 90 4 110.00 31 Pcs Pvc Tee 4” 1 150.00 32 Pcs Pvc Cleanout 4” 1 80.00 33 Pcs Plain Sheet Colored (white) 4 720.00 34 Pcs Pvc Cement 200 Cc 2 300.00 35 Pcs Silicone Sealant (white) 10 220.00 36 Pcs Padlock 30mm Heavy Duty 50 100.00 37 Meters Farm Net Nylon 12mm To 15mm X 5ft 10 180.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date18 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
9441-9450 of 9818 archived Tenders