Valve Tenders
Valve Tenders
Department Of Agriculture Tender
Chemical Products
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Item No. Qty. Unit Items & Description Unit Price Total Amount Brand/ Model 10 Bottle Boric Acid Ar, 500g/bottle 15 Bottle Petroleum Ether Ar, 4l/bottle 2 Bottle Ammonium Oxalate, Ar, 500g/bottle 1 Bottle Sodium Chloride, Ar, 500g/bottle 1 Bottle Potassium Dihydrogen Phosphate, Reference Standard, 5g/bottle 2 Sack Sodium Hydroxide Flakes, Tg, 25kilos/sack 4 Bottle Sodium Hydroxide Pellet Acs Reagent, 1kg/bottle 6 Box Filter Paper, Grade 42, Ashless, Pcs/box 1 Roll Filter Paper, Ashless, 24"x24", 100 Pcs Per Roll 100 Pack Interfolded Paper Towel (175 Pulls/pack) 35 Box Mask, Charcoal Coated, 4 Ply; Individually Packed, 50 Pcs/box 50 Box Mask, Surgical, 3 Ply, 50 Pcs/box 50 Box Nitrile Gloves, 100 Pcs/box, 10 Large, 30 Medium Size, 10 Small Size (blue Or Purple) 30 Pack Crucible, Porcelain, 50 Ml Capacity, 12pcs/pack, Tall Form 20 Pcs Erlenmeyer Flask, 250 Ml, Low Thermal Expansion Coefficient Borosilicate Glass 10 Pcs Volumetric Flask, 100 Ml, Low Thermal Expansion Coefficient Borosilicate Glass 1 Pc Pipetor, 5 Ml 1 Pc Pipetor, 1 Ml 6 Box Super Permanent Marker (industrial), Super Fine Point, Chemical Resistant, 12 Pcs Per Box 4 Pcs "cartridge For 6200 3m Half-face Respirator, - Chemical Gas Mask Cartridge With Anti-organic Vapor & Acid Filter - Lightweight, Low Breathing Resistance, Well Balanced When Fitted To Mask - With A Bayonet Connections System (bayonet Fitting Allows Filters To Be Clicked Into Place For Ease Of Fitting) - Type 5 - Hazardous Particulate Protection - En Iso 13982 - Type 6 - Liquid Splash Protection - En 13034 +a1m Chemicals, And Can Be Flame Retardant - Standards: En14387: 2004 +a1:2008" 1 Unit "impulse Heat Sealer Machine • Size: 200mm • Impulse Power: 450w • Voltage: 110-220v • Frequency: 50-60hz • Heat Time: 0.3 - 2.5s • Sealing Length: 150mm/11.8 Inch • Sealing Width: 2mm/0.1 Inch • Max Sealing Thickness: 0.2mm • Main Material: Abs • Plug Wire Length: 135cm/53inch Color: Blue " 4 Pack "disposable Yellow Pipette Tips (200ul) Pack Of 1000" 2 Unit "digital Lcd Indoor Outdoor Thermometer With Hygrometer And Clock - Indoor Temperature Measuring Range:0-50°c - Outdoor Temperature Measuring Range:-50°c-70°c - Humidity Measuring: 10%rh ~ 99%rh - Power Supply: Aaa Battery - Wire Length: 1.5 Meter - Accuracy: ±1°c / ±5%rh" 2 Unit "laboratory Timer • 4 Independent Channels Each Of Which Counts Up Or Down For Any Interval From 1 Second To 100 Hours, Plus Clock Button • Extra Large Display Indicates Channels In Use • Has A Stand, Pocket Clip, And A Magnet" 2 Piece "stainless Steel Grain Sampler (buriki) 5/5 304, 60 X 1.8cm Suitable For Corn And Finished Feeds" 5 Piece Volumetric Pipette, 2ml 5 Piece Volumetric Pipette, 5ml 5 Piece Volumetric Pipette, 10ml 5 Piece Volumetric Pipette, 25ml 3 Piece Long Crucible Tong/ Clamp (45cm) 6 Piece Beaker, 500ml, Glass, Low Form 2 Piece Burette, 50ml 2 Piece Volumetric Flask, 2l 5 Piece Magnetic Spin Bar, Big 2 Pack Pipette Tips, 0.5ml - 5ml 2 Pack Pipette Tips, 100ml - 1000ml 1 Bottle "perchloric Acid, 70% 2.5 Liters/bottle" 10 Piece "tweezer W/ Guide Pin Curved, 130mm (please See Attached Picture)" 5 Piece Rubber Bulb Aspirator, Bulb Dia: 3.5cm/1.4"; Total Length: 5.5cm/2.2", Fits 1-25 Ml Pipettes 2 Piece Media Bottle, 1l 2 Piece Media Bottle, 2l, Amber 2 Piece Plastic Beaker, 2l 2 Piece Plastic Beaker, 5l 20 Piece "carbuoy Container , 20 Liters 10 Black, 10 Blue" 4 Piece "half Facepiece Reusable Respirator, Medium Facepiece Material: Silicone Features: Cool Flow Valve, Dual Airline Supplied Air Compatible, Integrated Dropdown Suspension Harness Type: 4 Point" 5 Pair "chemical Nitrile Rubber Gloves (naoh Gloves) Size: 9'" 2 Bottle "ammonia Solution, 28% 2.5 Liters/bottle" Delivery Site: Da-rfo3, Csf, Pampanga Delivery Lead Time: 45 Calendar Days * With Certificate Of Availability Of Stock *** Supply And Delivery Of Various Chemicals And Laboratory Supplies For Official Use At The Feed Chemical Analysis Laboratory. Bid Amount In Words Approved Budget For The Contract (abc) Seven Hundred Six Thousand Seven Hundred Ninety Seven Pesos And 58/100 Only (p706,797.58) Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date11 Feb 2025
Tender AmountPHP 706.7 K (USD 12.1 K)
Department Of Public Works And Highways - DPWH Tender
Machinery and Tools
Philippines
Details: Description Shopping The Department Of Public Works And Highways-sarangani District Engineering Office, Through Its Bids And Awards Committee (bac), Will Undertake Shopping In Accordance With Section 52.1 Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, For The Procurement Of: 1. Contract Id No. : 25gme0024 Contract Name : Supply & Delivery Of Janitorial Supplies For Use Of Dpwh-sarangani District Engineering Office, Sarangani Province Estimated Unit Cost 1. 20 Pcs – Broom, Soft (tambo), Weight: 200g P 96.00 Min Tiger Grass 2. 10 Packs – Deodorant Cake 50g 12pcs/pack 420.00 3. 20 Pcs – Door Mat (cloth 20 Inch L, 15 Inch W) 61.00 4. 20 Pcs – Door Mat (rubber) 580.00 5. 10 Gallons – Liquid Hand Soap 363.00 6. 10 Gallons – Liquid Bleach 182.70 7. 15 Unit – Mop Tornado And Spin Dry Set 1,440.00 8. 10 Gallons – Odor Go Oxy Pro 720.00 9. 25 Packs – Soap Powder 110.00 10. 10 Gallons – Toilet Bowl Cleaner 289.00 11. 15 Pcs – Toilet Brush W/handle 65.00 12. 15 Packs – Trashbag, Gpp Specs, Black 350.0 10pcs Per Roll/pack Approved Budget For The Contract (abc) : P 65,062.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 2. Contract Id No. : 25gme0025 Contract Name : Supply & Delivery Of Spare Parts Of Chainsaw For Use In Repair/maintenance Of National Roads And Bridges At Dpwh-sarangani Deo, Alabel, Sarangani Province Estimated Unit Cost 1. 3 Pcs – Guide Bar 36” P 6,750.00 2. 3 Pcs – Saw Chain 16” 2,750.00 3. 3 Pcs – Saw Chain 36” 4,000.00 4. 6 Box – Round File 1,200.00 5. 6 Box – Spark Plug (chainsaw) 1,200.00 Approved Budget For The Contract (abc) : P 54,900.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 3. Contract Id No. : 25gme0027 Contract Name : Supply & Delivery Of Motorized Polycarbonate Roll Up Door Including Labor And Materials And Vaults For Use At Covered Court And Cashier Unit, Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Estimated Unit Cost 1. 1 Unit – Motorized Polycarbonate Roll Up Door P 124,800.00 2. 1 Unit – Remote Control 18,450.00 3. 1 J.o - Labor And Materials For Installation 24,600.00 4. 1 Set – Record Safe Customized 65,375.00 (h).93m X (w).57m X (d).66m 5. 1 Set – 2 Drawers Filing Safe Wrinkled Medium Gray 21,875.00 Approved Budget For The Contract (abc) : P 255,100.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 4. Contract Id No. : 25gme0030 Contract Name : Supply & Delivery Of Electrical Supplies For Use Of Dpwh-sarangani District Engineering Office Alabel, Sarangani Province Estimated Unit Cost 1. 2 Rolls – 2.00mm2 Thhn Cu. Wires P 4,225.00 2. 50 Set – 3-gang Convenience Outlet, Heavy Duty 138.00 3. 2 Rolls – 8.0mm2 Thhn Cu. Wires 10,959.50 4. 12 Sets – Faucet (lavatory) 862.50 5. 1 Roll – Flat Cord #16 (150m) 3,823.75 6. 2 Cans – Pvc Solvent 400cc 299.00 7. 12 Set – Door Knob 862.50 8. 4 Pcs – Pvc Ball Valve #2 368.00 9. 12 Rolls – Teflon Tape ¾ 34.50 10. 12 Sets – Bidet Spray Toilet 2,127.50 11. 50 Pcs – Led Bulb, 9w 97.75 12. 1 Set – Drill Bit (5 Pcs Per Set Size For Wood 5/32-3/8) 172.50 13. 1 Set – Drill Bit (19 Pcs Per Set Size For Metal) 1,604.25 14. 2 Pcs – 3.50mm2 Thhn Cu. Wires 6,526.25 15. 1 Roll – Rope #24 (12mm) 3,601.80 16. 50 Set – Surface Utility Box 43.70 Approved Budget For The Contract (abc) : P 115,370.30 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) A Complete Set Of Quotation Documents Is Available To Interested Proponents On February 05 – 12, 2025 From The Bac Secretariat. Deadline For The Submission Of Quotation And Eligibility Documents Will Be On February 12, 2025 At 10:00 Am At The Same Address Mentioned Above. Bid Opening Shall Be On February 12, 2025, At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Zoom Or Facebook Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. The Proponent Determined To Have The Lowest Calculated Bid Shall Be Required To Furnish The Bac A Copy Of The Certificate Of Phil-geps Registration A Photocopy Of The Proponent’s Business Name From The Department Of Trade And Industry Or Securities And Exchange Commission Registration Certificate, As The Case May Be; Mayor’s Permit Within Three (3) Calendar Days From Receipt Of Notice Thereof From The Bac. Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Dates Of Publication: February 05 – 11, 2025.
Closing Date12 Feb 2025
Tender AmountPHP 255.1 K (USD 4.3 K)
Department Of Public Works And Highways - DPWH Tender
Machinery and Tools
Philippines
Details: Description Shopping The Department Of Public Works And Highways-sarangani District Engineering Office, Through Its Bids And Awards Committee (bac), Will Undertake Shopping In Accordance With Section 52.1 Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, For The Procurement Of: 1. Contract Id No. : 25gme0024 Contract Name : Supply & Delivery Of Janitorial Supplies For Use Of Dpwh-sarangani District Engineering Office, Sarangani Province Estimated Unit Cost 1. 20 Pcs – Broom, Soft (tambo), Weight: 200g P 96.00 Min Tiger Grass 2. 10 Packs – Deodorant Cake 50g 12pcs/pack 420.00 3. 20 Pcs – Door Mat (cloth 20 Inch L, 15 Inch W) 61.00 4. 20 Pcs – Door Mat (rubber) 580.00 5. 10 Gallons – Liquid Hand Soap 363.00 6. 10 Gallons – Liquid Bleach 182.70 7. 15 Unit – Mop Tornado And Spin Dry Set 1,440.00 8. 10 Gallons – Odor Go Oxy Pro 720.00 9. 25 Packs – Soap Powder 110.00 10. 10 Gallons – Toilet Bowl Cleaner 289.00 11. 15 Pcs – Toilet Brush W/handle 65.00 12. 15 Packs – Trashbag, Gpp Specs, Black 350.0 10pcs Per Roll/pack Approved Budget For The Contract (abc) : P 65,062.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 2. Contract Id No. : 25gme0025 Contract Name : Supply & Delivery Of Spare Parts Of Chainsaw For Use In Repair/maintenance Of National Roads And Bridges At Dpwh-sarangani Deo, Alabel, Sarangani Province Estimated Unit Cost 1. 3 Pcs – Guide Bar 36” P 6,750.00 2. 3 Pcs – Saw Chain 16” 2,750.00 3. 3 Pcs – Saw Chain 36” 4,000.00 4. 6 Box – Round File 1,200.00 5. 6 Box – Spark Plug (chainsaw) 1,200.00 Approved Budget For The Contract (abc) : P 54,900.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 3. Contract Id No. : 25gme0027 Contract Name : Supply & Delivery Of Motorized Polycarbonate Roll Up Door Including Labor And Materials And Vaults For Use At Covered Court And Cashier Unit, Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Estimated Unit Cost 1. 1 Unit – Motorized Polycarbonate Roll Up Door P 124,800.00 2. 1 Unit – Remote Control 18,450.00 3. 1 J.o - Labor And Materials For Installation 24,600.00 4. 1 Set – Record Safe Customized 65,375.00 (h).93m X (w).57m X (d).66m 5. 1 Set – 2 Drawers Filing Safe Wrinkled Medium Gray 21,875.00 Approved Budget For The Contract (abc) : P 255,100.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 4. Contract Id No. : 25gme0030 Contract Name : Supply & Delivery Of Electrical Supplies For Use Of Dpwh-sarangani District Engineering Office Alabel, Sarangani Province Estimated Unit Cost 1. 2 Rolls – 2.00mm2 Thhn Cu. Wires P 4,225.00 2. 50 Set – 3-gang Convenience Outlet, Heavy Duty 138.00 3. 2 Rolls – 8.0mm2 Thhn Cu. Wires 10,959.50 4. 12 Sets – Faucet (lavatory) 862.50 5. 1 Roll – Flat Cord #16 (150m) 3,823.75 6. 2 Cans – Pvc Solvent 400cc 299.00 7. 12 Set – Door Knob 862.50 8. 4 Pcs – Pvc Ball Valve #2 368.00 9. 12 Rolls – Teflon Tape ¾ 34.50 10. 12 Sets – Bidet Spray Toilet 2,127.50 11. 50 Pcs – Led Bulb, 9w 97.75 12. 1 Set – Drill Bit (5 Pcs Per Set Size For Wood 5/32-3/8) 172.50 13. 1 Set – Drill Bit (19 Pcs Per Set Size For Metal) 1,604.25 14. 2 Pcs – 3.50mm2 Thhn Cu. Wires 6,526.25 15. 1 Roll – Rope #24 (12mm) 3,601.80 16. 50 Set – Surface Utility Box 43.70 Approved Budget For The Contract (abc) : P 115,370.30 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) A Complete Set Of Quotation Documents Is Available To Interested Proponents On February 05 – 12, 2025 From The Bac Secretariat. Deadline For The Submission Of Quotation And Eligibility Documents Will Be On February 12, 2025 At 10:00 Am At The Same Address Mentioned Above. Bid Opening Shall Be On February 12, 2025, At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Zoom Or Facebook Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. The Proponent Determined To Have The Lowest Calculated Bid Shall Be Required To Furnish The Bac A Copy Of The Certificate Of Phil-geps Registration A Photocopy Of The Proponent’s Business Name From The Department Of Trade And Industry Or Securities And Exchange Commission Registration Certificate, As The Case May Be; Mayor’s Permit Within Three (3) Calendar Days From Receipt Of Notice Thereof From The Bac. Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Dates Of Publication: February 05 – 11, 2025.
Closing Date12 Feb 2025
Tender AmountPHP 115.3 K (USD 1.9 K)
City Of San Pedro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of San Pedro Province Of Laguna City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-01-0063 1.the City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 2,429,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Various Rescue Equipment And Supplies, Office Equipment, Furniture & Fixtures, And Other Supplies And Materials For Official Use Of Bfp San Pedro Fire Station. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description 2 Unit Rescue Boat (hard Plastic, Detachable) Net Weight: 68kg, Seat Limit: 4-6 People, Load Bearing: 400kg Length: 3.33 Meters 1 Unit 2hp Window Type Aircon 6 Pcs Tablet 10.4 Inch 6gb/128 Gb 4 Set Firefighting Personal Protection Equipment (helmet-color Yellow, Trouser, Firecoat, Fireboots) 1 Unit Drone (weight: 595g) Max Flight Distance: 18.5km Max Speed: 67.5km/h Max Flight: 31min. Video: 5.4k Photo: 20mp Production 2 Unit Laptop Window 11 Home Single Language 64-bit Intel Core Tm I5 - 12500h Processor Dodeca-core 2.50 Ghz Nvidia Geforce Rtx Tm 3050 With 4 Gb Dedicated Memory 39.6 Cm (15.6") Full Hd (1920x1080) 16:9 144 Hz, 8gb, Ddr4 Sdram, 512 Gb Ssd 1 Pc Hero 13 Black Dive Bundle 64gb/128gb Tiny Mighty Action Camera 8 Pc Office Table With Drawer (computer Desk Office Table , White, L-100cm W-50cm H 74.5 Cm) 5 Pairs Booties For Water Rescue Size 8 2pcs. , Size 9 2pcs. And Size 10 1 Pc. 10 Pc Chairs (ergonomic Office Chair, W/o Wheels) 2 Pc Water Rescue Rope (50 Meters) 3 Pc Rescue 8 Decender 40 Kn 5 Pc Manual Lacking Steel Carabiner 1 Pc Static Rescue 11mm/200 Meters 5 Pc Rescue Helmet (hard Hat) 1 Pc Basket Stretcher 5 Pc Rope Rescue Gloves 5 Pc Standard Rescue Pulley 1 Pc Single Sheave Prusik Pulley 1 Pc Knot Passing Pulley 1 Pc Tandem Pulley 1 Set Fiberglass Extension Ladder 28ft (fiberglass Industrial Extension Ladder 28ft To 32ft) 3 Pc Respirator Mask 3m Mask 7 In 1 6200 Gas Mask Half Face Safety Respirator Mask Breathing Valve Mask Filter Dust Chemical Painting Anti-pesticide Formaldehyde Decoration ) 6 Pair Padded Gloves Pairs For Overhauling/ Extricating Gloves 5 Pc Led Flashlights For Headgears (super Bright Led Flashlight Xml T8 Waterproof Rechargeable Flashlight, Three Lighting Modes) 1 Roll Extension Wire 50 Meters Hd 1 Unit Chain Saw Delivery Of The Goods/services Is Required Within Sixty Calendar (60) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, 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 5183 And Subject To Commonwealth Act 138. 4.interested Bidders May Obtain Further Information From City Government Of San Pedro, Laguna And Inspect The Bidding Documents At The Address Given Below During 8:30am To 9:30 Am Only. Office Of The Bac Secretariat 4/f Conference Rm. City Administrator’s Office, City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. Issuance Of Eligibility And Bidding Documents: January 28, 2025 To February 17, 2025 8:30am – 9:30am Bac Secretariat 4/f Conference Rm. City Administrator’s Office, City Hall Bldg., San Pedro, Laguna 5.bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: February 17, 2025 10:00 Am Bac Secretariat 4/f Conference Rm. City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: February 5, 2025 10:00am Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of The Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6.the City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, 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. 7.for Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 847.1722 Atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 2.4 Million (USD 41.9 K)
The City Government Of Baguio Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-157 Rebidding November 5, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Sixty (60) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Unit Dropside Truck 3,390,000.00 General Specification: Gross Vehicle Mass Rating: 4,490kg Wheelbase: 3,405mm Rear Overhang: 1,955mm Overall Length: 6,430mm Approx. Vehicle Performance Horse Power Rating: 136 Ps @ 2,500rpm Maximum Torque: 390 N-m (39.8 Kg F.m) @ 1,400-2,400rpm Maximum Speed: 150 Km/h Maximum Engine Speed: 3,350rpm Gradeability: 45.5 % Engine: Diesel, Turbo Charged & Intercooled, 4-cycle, Vertical, 4-cylinder In-line, Overhead Valve, Water-cooled, Direct Injection Piston Displacement: 4.009l Emmission Level: Euro-iv Compliant Clutch: Dry, Single Plate With Damper Springs, Hydraulic Control Transmission: Manual 5-speed, With Overdrive Gear Ratio 1st 5.342 :1 - 5th 0.712 :1 Rear Axle: Full-floating, Single Reduction, Single-speed Hypoid Gearings Gear Ratio 4.333 :1 Service Brake: Dual-circuit Hydraulic, Vacuum Assist Parking Brake: Mechanical, Internal Expanding, Acting On Transmission Output Shaft Steering: Telescopic And Tilt Steering Column, Recirculating Ball With Integral Power Steering Fuel Tank : 100 Liters Wheel & Tires Wheels: 6-stud Disc Wheels Tires: 235/65r16c (tubeless) 5-number Including One Spare Tire Cab Aircon: With Airconditioning Unit Electrical Batteries: 12v X 2, Parallel Connection. 216 Kc {60 A-h} At 20-hour Rate Alternator: 12v – 130a Body Dimensions: (interior) Length: 4,575 Mm Width: 1,750 Mm Height: 400 Mm Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 2 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-157 Rebidding November 5, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Sixty (60) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Dropside Body Specifications Floor Joist: 3.0mm T Msp G-channel Flooring: 2.3 Mm T Ms Checkered Plate Side/rear Gates Panel: 1.2 Mm T G.i Bended Sheet Front Panel: 1.4 Mm T Ms Plate Front Post: 2.0 Mm T Ms Plate Body Anchorage: 16mm D S45c U-bolt Steel Runner: 3.0 Mm T Ms Plate Step Ramp: 2.3 Mm T Ms Checkered Plate Lower Skirt: 0.8 Mm T G.i. Sht. Bended Closed Section Side Lights: 4 Pcs. Led At Sides (2 Pcs. Lh/ 2 Pcs. Rh) Rubber Gate Stopper: Equipped Drop Frame: Rhs #16 1.5t X 40 X 50 Hinges: 3.0 Mm T G.i. Steel Gate Locks: Spring Latch Undercoat: Painted Black Tailgate Lifter: 750kgs Capacity Chassis Warranty: Three (3) Years, Unlimited Mileage. Body Warranty: One (1) Year Warranty Note: 1. Bidder Should Be Authorized Dealer/distributor Of The Brand Offered With Certification 2. Brand Offer Should Be In The Philippine Market For 25 Years 3. Inclusive Of Lto Registration And Tpl Insurance (3 Years) 4. Inclusive Of Seminar & Training For The Proper Usage And Maintenance Of Unit 5. Inclusive Of Tint, Matting And 2pcs. Ewd Please Indicate Brand Of Offer And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Vehicles For Use Of Gso Under Pr No. 4 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 2
Closing Date10 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.4 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of 1 Unit Vehicle (passenger Van) 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Three Million Seven Hundred Thousand Pesos (php3,700,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of 1 Unit Vehicle (passenger Van)/ib No. 2025-011 (amv). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of 1 Unit Vehicle (passenger Van) With The Following Specifications: A. Prime Mover: 1. Engine Type: 4-cylinder, 16-valve Dohc, Minimum 2. Engine Displacement: 2,700 Cc, Minimum 3. Fuel Ignition/fuel: Diesel 4. Fuel Tank Capacity: 70 Liters, Minimum B. Performance/classification: 1. Steering System: Power Steering 2. Transmission System: 6 Speed-automatic, Minimum 3. Brake System: Disc Brake 4. Emission Rating: Euro Iv C. Body: 1. Dimension Of The Body: • Length: 5,300 Mm, Minimum • Width: 1,900 Mm, Minimum • Height: 1,900 Mm, Minimum 2. Ground Clearance: 175 Mm, Minimum 3. Suspension (front/rear): Strut/coil Spring 4. Tires/wheels Size: 17” (minimum) Alloy 5. No. Of Wheels: 4-wheeler With One (1) Spare Tire (must Be Manufactured Not Earlier Than December 2023) 6. Seating Capacity: 10 Seaters (minimum) With Leather Seat Cover 7. Color: White D. Additional Features And Accessories: 1. With Srs Airbags 2. With Free Gas, Floor Matting, Tint, Rain Visor, Panoramic View Dash Camera (front) And Panoramic View Reverse Camera 3. With Set Of Standard Tools For Maintenance 4. With Early Warning Device (2 Pieces) 5. Provided With Da-western Visayas Logo E. Additional Requirements 1. With Official Brochure And Technical Specifications Issued By The Manufacturer Of The Brand 2. The Units Must Be Manufactured Not Earlier Than Year 2023 3. With Service Center In Region 6 4. With Three (3) Years Lto Registration 5. With One (1) Year Comprehensive Insurance 6. Warranty: • Chassis: Three (3) Years Unlimited Milage • Body: One (1) Year Only • Engine: Three (3) Years 7. With Free Periodic Maintenance Service (pms) At 7,500 Km Travel Distance 8. With Certificate Of Conformity Issued By Denr-emb For The Offered Vehicle Type/model 9. With Owner’s Manual And Warranty And Maintenance Booklet To Be Submitted During Delivery Delivery Of The Goods Is Required Within 60 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2021-present) 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). 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. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 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 – January 28, 2025 From The Given Address And Website(s) 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 Five Thousand Pesos (php5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 16, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 28, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php74,000.00 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php185,000.00 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps January 8, 2025 Zarlina B. Cuello Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 3.7 Million (USD 63 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n771.9|buf|7176055783|kevin.bilous@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving|n/a|tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (may 2022)|13|332994|1000 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To:
1. Re-open The Solicitation With A Closing Date Of 24 Jan 2025.
2. Incorporate Additional Pd Numbers And Corresponding Quantities.
3. Update Tdps.
4. Update Packaging Requirements.
see Continuation Pages For Details.
\
extending Solicitation Close Date To 23 Feb 2024.
extending Solicitation Close Date To 19 Apr 2023.
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required.
o Unit Price:__________ Firm
o Total Price:__________ Firm
o Procurement Turnaround Time (ptat) :__________
o Awardee Cage: __________
o Inspection & Acceptance Cage, If Not At Source:__________
o Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Motor,alternating C .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Motor,alternating C Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;44114 03074895;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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
navsup-wss
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 Enue:
commanding Officer
navsup-wss
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:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,pilot 3a 450 .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,pilot 3a 450 Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;44114 04087088;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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
navsup-wss
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 Enue:
commanding Officer
navsup-wss
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:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Panel,hoist A55 .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Panel,hoist A55 Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;44114 03074689;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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
navsup-wss
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 Enue:
commanding Officer
navsup-wss
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:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Professional Engineering Consultants PEC Central Bidding Plan Room Tender
Civil And Construction...+1Road Construction
United States
Details: City Of Bogalusa 214 Arkansas Avenue, Bogalusa, La 70427 Section C-111 Advertisement For Bids Sealed Bids For The Construction Of The Street Repair/central Business District Will Be Received By The City Of Bogalusa, At The Office Located At 214 Arkansas Avenue, Bogalusa, La 70427, Until 2:00 P.m. (local Time) On February 13th, 2025, At Which Time The Bids Received Will Be “publicly” Opened And Read. The Project Consists Of Constructing Roadway Improvements Consisting Of Pavement, Overlay And Associated Items. Bids Will Be Received For A Single Prime Contract. Bids Shall Be On A Lump Sum And Unit Price Basis, With Additive Alternate Bid Items As Indicated In The Bid Form. The Issuing Office For The Bidding Documents Is: Professional Engineering Consultants Corporation, 7600 Innovation Park Drive, Baton Rouge, La 70820, 225-769-2810, Info@pecla.com. Prospective Bidders May Examine The Bidding Documents At The Issuing Office On Mondays Through Thursdays Between The Hours Of 7:30 A.m. To 5:30 P.m., And May Obtain Copies Of The Bidding Documents From The Issuing Office. Contractors Submitting Bids Shall Be Licensed Under La R.s. 37:2150-2164, Highway, Street And Bridge Construction. The Bidder Shall Show His License Number On The Bid And On The Sealed Envelope Submitting The Bid. Bidding Documents Also May Be Examined At: Complete Bidding Documents For This Project Are Available In Electronic Form & Can Be Downloaded From The Following Designated Website: Http://www.centralbidding.com Under Professional Engineering Consultants Corporation (subject To Fees & Conditions). For Any Questions Regarding The Website Call Central Bidding At 225-810-4814. Bidders Are Urged To Register With Http://www.centralbidding.com Website As A Plan Holder, Even If Bidding Documents Are Obtained From A Planroom Or Source Other Than The Designated Website. The Designated Website Will Be Updated Periodically With Addenda. Prospective Bidders Are Solely Responsible For Obtaining The Most Up – To – Date Bidding Documents From The Designated Website. Bids Will Not Be Accepted Through The Online Bidding Portal. Bids Will Be Received By Mail, And/or Delivery As Stated Above. Printed Copies Of The Bidding Documents May Be Obtained From The Issuing Office, During The Hours Indicated Above, Upon Payment Of A Deposit Of $150.00 For Each Set. Bidders Who Return Full Sets Of The Bidding Documents In Good Condition (suitable For Re-use) Within 30 Days After Receipt Of Bids Will Receive A Full Refund In Accordance With The Louisiana Public Bid Law. Checks For Bidding Documents Shall Be Payable To “professional Engineering Consultants Corp.”. Upon Request And Receipt Of The Document Deposit Indicated Above Plus A Non-refundable Shipping Charge, The Issuing Office Will Transmit The Bidding Documents Via Delivery Service. The Shipping Charge Amount Will Depend On The Shipping Method Selected By The Prospective Bidder. The Date That The Bidding Documents Are Transmitted By The Issuing Office Will Be Considered The Bidder’s Date Of Receipt Of The Bidding Documents. Partial Sets Of Bidding Documents Will Not Be Available From The Issuing Office. Neither Owner Nor Engineer Will Be Responsible For Full Or Partial Sets Of Bidding Documents, Including Addenda If Any, Obtained From Sources Other Than The Issuing Office. Bid Security Shall Be Furnished In Accordance With The Instructions To Bidders. Section 746 Of Title Vii Of The Consolidated Appropriations Act Of 2017 (division A - Agriculture, Rural Development, Food And Drug Administration, And Related Agencies Appropriations Act, 2017) And Subsequent Statutes Mandating Domestic Preference Applies An American Iron And Steel Requirement To This Project. All Listed Iron And Steel Products Used In This Project Must Be Produced In The United States. The Term “iron And Steel Products” Means The Following Products Made Primarily Of Iron Or Steel: Lined Or Unlined Pipes And Fittings, Manhole Covers And Other Municipal Castings, Hydrants, Tanks, Flanges, Pipe Clamps And Restraints, Valves, Structural Steel, Reinforced Precast Concrete, And Construction Materials. The Deminimis And Minor Components Waiver Apply To This Contract.” Owner: City Of Bogalusa By: /s/ Tyrin Truong Title: Mayor Advertisement To Be Published: Wednesday, January 15, 2025 Wednesday, January 22, 2025 Wednesday, January 29, 2025
Closing Date13 Feb 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Is A Solicitation Notice For Solicitation 75h701-25-r-00001 Pimc Mechanical Projects Hvac, Central Plant, & Isolation Rooms (phoenix, Az) A Construction Project Prepared In Accordance With Far Part 36. These Construction Services Are In Support Of The Indian Health Service (ihs).
scope Of Work: The Project Includes Two (2) Projects On The Phoenix Indian Medical Center (pimc) Campus. It Is Anticipated That This Will Be Solicited As A Single Solicitation And Subsequently A Single Contract. These Projects Are Together Due To Similar Scope And Contractor Space Available On The Pimc Campus.
pimc Mechanical Project 1 - Heating, Ventilation, & Air Condition – This Work Consists Of Alteration (level 2) Of The Hvac System For The Pediatric Clinic (building 12) And The Dental Clinic (building 239) At The Pimc. This Work Shall Be Performed In Two (2) Phases.
pimc Mechanical Project 2 - Central Plant & Isolation Rooms
central Plant (bldg 234) – This Work Consists Of The Replacement Of 18 Cooling Tower Valves, Autofill Diesel System, Heat Exchanger, And Medical Air System, Install A Dust Collection System. This Work Also Includes Installing A New Parking Canopy.
main Hospital Building 3rd Floor, Isolation Rooms (bldg 233) – This Work Consists Of Above Ceiling Work To Replace Ductwork And Adjust Ceiling Grid And Lighting. This Work Shall Be Performed In Two (2) Phases.
the Hvac And Isolation Room Work Will Require Infection Control Mitigation. (reference Clauses H.29and H.30).
location Of Project: All Work Shall Be Performed At The Pimc, Which Is Located At 4212 N. 16th Street, Phoenix, Az, 85016.
period Of Performance: Period Of Performance Is 170 Calendar Days From Date Of Notice Of Proceed. The Period Of Performance Is Exclusive Of The Submittals And Any Long Lead Materials.
construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $1,000,000 And $5,000,000, In Accordance With Far 36.204(f).
site Visit: A Site Visit Will Be Held On January 7, 2025 At 11:00 Am Mst (local Time). Please Confirm Attendance In Accordance With Clause L.8. Far 52.236-27 Site Visit (construction) (feb 1995) Alternate I (feb 1995).
note: All Dates Are Subject To Change. See Solicitation For Official Dates, Times, And Locations Of Site Visits And Deadlines.
contract Type: Indian Health Service Intends To Award A Single Firm Fixed Price (ffp) Contract In Support Of This Requirement.
this Solicitation Will Be Procured As A Request For Proposal (rfp) In Accordance With Far Part 36 Procedures With Lowest Price Technically Acceptable (lpta) Evaluation Criteria.
this Project Is Solicited As 100% Set Aside For Indian Small Business Economic Enterprise (isbee) Under North American Industry Classification System (naics) Code 236220, Commercial And Institutional Building Construction. The Associated Size Standard For This Procurement Is $45 Million.
for The Purposes Of This Procurement, A Concern Is Considered A Small Business If Its Average Annual Revenue For The Last Five (5) Years Is Less Than $45 Million. For Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov.
registration In The System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov. Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam.
it Is The Responsibility Of The Contractor To Check Https://www.sam.gov Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available – All Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties.
amendment A00001 Issued 12/17/2024.
amendment A00002 Issued 1/4/2025.
amendment A00003 Issued 1/8/2025.
amendment A00004 Issued 1/17/2025
amendment A00005 Issued 1/28/2025
amendment A00006 Issued 1/29/2025
amendment A00007 Issued 2/3/2025
Closing Date7 Feb 2025
Tender AmountRefer Documents
City Of General Santos , South Cotabato Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Brand New Motorcycle 160cc (scooter Type) Specifications: Minimum Of 11 Kw Power, 157cc Displacement, 4 Valves, Fuel Injected, 4 Stroke, Sohc, Liquid Cooled, Gasoline Engine. V Automatic Transmission Full Transisterized Ignition W/ Electric Starting System. Scooter Type With Underbone Frame. Hydraulic Disc Brake Front And Brake Drum Rear Wheels With Combi Brake System Telescopic Front Suspension And Unit Swing Rear Suspension. 14"ø Cast Wheel Type On Front & Rear With Tubeless Tire. Minimum Of 115 Kg Curb Weight And Equipped With Storage Luggage. Free Lto Registration And Gsis Insurance (1 Year). With Complete Standard Tools. With Free Helmet Minimum Of 6 Months Warranty. 130,252.00 With High Quality Helmet The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Scooter Type Motorcycle. Delivery Of The Goods Is Required 60cd. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) 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) 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 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 30, 2025 12:00 Noon From The Address And Website(s) 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 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. Page 2 Of 3 25cb Gsc 064 *25cb Gsc 064* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 6, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 6, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date6 Feb 2025
Tender AmountPHP 130.2 K (USD 2.2 K)
9681-9690 of 9818 archived Tenders