Waterproofing Tenders

Waterproofing Tenders

Municipality Of La Trinidad, Benguet Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 256 K (USD 4.3 K)
Details: Description Invitation To Bid For The Procurement Of Ict Equipment For Road-drainage Network Audit And Mapping 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Fifty Six Thousand Pesos (php256,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6392-meo Name Of Project: Procurement Of Ict Equipment For Road-drainage Network And Mapping Project Location: La Trinidad, Benguet Contract Duration: Within 10calendar Days From Receipt Of The Notice To Proceed Brief Description: Qty. Unit Description 2 Unit Handheld Gps - Material: Polymer/silicon/glass - Waterproof - Power Source: Rechargeable Lithium-ion Battery Pack Included - Dimensions: 92x183x33mm - Product Weight: 410g (with Battery Pack) - Inclusions: Lithium-ion Battery Pack, Usb Cable, Documentation - Warranty: 12 Months - Features: Full Qwerty Keyboard, Customer Service Available For Messaging 24/7 2 Unit Laptop - 512 Gb To 1tb Ssd, - Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips - Ram: 32gb Ddr4 - With At Least 7 Core Ultra Processors - Operating System: Windows 11 Pro - With Power Adapter And Cable - Mouse (wireless) With Aa Battery - Built In Webcam, Speaker And Microphone - Wifi And Bluetooth Connect - With Laptop Bag - Has Pre- Installed Basic Software - With 1 Year Warranty 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27- January 8, 2024 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 8, 2024 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 8, 2024 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact No.: 0969 – 334 – 9233 / (074) 619 - 2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity

BARANGAY POBLACION KUMALARANG ZAMBOANGA DEL SUR Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Del Sur Municipality Of Kumalarang Barangay Poblacion Office Of The Punong Barangay Invitation To Apply For Eligibility And To Bid The Barangay Poblacion Of Kumalarang, Zamboanga Del Sur, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Contract Ref. No.: Goods-2025-001 Name Of Project: Purchase Of Tlp-single Bracket Armpole Height 4.5 Meters (15ft)bottom Diameter 4 Inches Top Diameter 2 Inches Pole Thickness 3.0mmcenter To Center 180mmarm Size 1m Bracket Armanchor Bolts 5/8'' X 10''coated Hot Dipped Galvanized Iss- 200w Wattage 200 Watts Led Chip High Brightness San'an Chips 2835 Lamp Beads 600 Lifehours 5000hours Color Temperature 6500k Daylight Solar Panel Type High Effeciency Polycrystalline Solar Panel Watts /volts 5v 14 Watts Battery 19500mah 3.2v High Grade Working Hours 12hours/night Control Light+time+pir+remote Control Dimension L:647xw:220xh:70mm Ip Rating I P65 Waterproof Materials High Grade Aluminum + Optical Lens Lu Mens 4000-5000 Lm For Barangay Road Lighting: Poblacion, Kumalarang, Zds - Cy 2025. Location: Barangay Poblacion, Kumalarang, Zamboanga Del Sur Approved Budget For The Contract: Php 800,000.00 Source Of Fund: General Fund (cy-2025) Delivery Period: Within 30 C.d. Upon Receipt Of Ntp Prospective Bidders Should Have Completed A Similar Single Contract With A Value Of At Least 25% Of The Abc Within 5 Years From The Date Of Submission And Receipt Of Bids. However, In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding, The Bidder May Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Twenty-five Percent (25%) Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above.0 The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post- Qualification Of The Single/lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Date Place Advertisement / Posting Of Iaeb January 24, 2025- January 31, 2025 Philgeps Issuance Of Bidding Documents January 24, 2025- January 31, 2025 Barangay Poblacion, Kumalarang, Zds Opening Of Bids January 31, 2024 @2:00pm Barangay Session Hall, Poblacion, Kumalarang, Zamboanga Del Sur The Bac Will Issue To Prospective Bidders Checklist Of Eligibility Requirements At The Bac Secretariat Office, Barangay Secretary’s Office, Poblacion, Kumalarang, Zamboanga Del Sur Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p’1,000.00). Prospective Bidders Shall Submit Their Eligibility Requirements To The Bac At The Said Address Starting January 24, 2025 (office Hours), Until 9:00am Of January 31, 2025 For The Eligibility Screening. They Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 31, 2025 @9:00am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security Either In A Form Of Cash Or Cashier’s Check Equivalent To 2% Or Surety Bond Equivalent To 5% Of The Abc And Valid For At Least 120 Days From The Date Of The Opening Of Bids. The Barangay Poblacion, Kumalarang, Zamboanga Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Barangay Poblacion, Kumalarang Zamboanga Del Sur Reserves The Right To Reject Any Of All Bids, To Annul The Bidding Process, And To Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: Sgd. Hon. Francisco H. Maca, Jr. Bac Chairperson Barangay Poblacion, Kumalarang, Zamboanga Del Sur

Department Of Environment And Natural Resources - DENR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description 1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php.60,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of 2 Units Action Camera” For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “procurement Of 2 Units Action Camera” Of The Following: Item No. Description Quantity Unit 1 Action Camera W/ Case 2 Units Specifications: Video: 5.3k60, 4k120, 2.6k240 And More / 8x Slow-mo / 24.7mp Frame Grabs Photo: 27mp / Interval Photo / Single Photo / Interval Photo / Night Photo / 30 Fps Burst / Raw Time Lapse: 5.3k Time Warp 3.0 Video / Star Trails / Light Painting / Vehicle Light Trails / 5.3k Time Lapse Video / Time Lapse Photo / 5.3k Night Lapse Video / Night Lapse Photos Content Specs + Offload Auto-upload To The Cloud + Get A Highlight Video Automatically Wireless Transfer Ultrafast Wired Transfer To Phone Sd Card Transfer To Computer Case: -protects From Mud, Dirt And Debris During Extreme Activities -fron Lcd Screen Remains Accessible For Viewing -waterproof Down To 19ft (60m) – Perfect For Deep-water Diving -include A Skeleton Backdoor For Improved Audio Capture And Easy Access To The Camera’s Touch Screen -flat Glass Lens For Sharp, High-quality Images Above And Below Water For Official Use Of Chief, Cdd And Pambcs Staff. 3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. 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. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of 2 Units Action Camera”. 9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent 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. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Proof Of Philgeps Registration (sgd.) Laudemir S. Salac Rbac Chairman

Forest Product Research And Development Institute Fprdi Tender

Machinery and Tools
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 260.1 K (USD 4.4 K)
Details: Description Item No. Unit Items & Description/s Abc Per Item Qty 1 . Set , , 8,000.00 , 1 2 . Pc , 70e, Iso-9001, Equivalent Or Similar To Miller-novax , 8,000.00 , 1 3 . Pc , Wind Shield Wiper Fluid, 2l , 12,000.00 , 30 4 . Pc , Rope Binder, 10m X 75m , 9,600.00 , 3 5 . Unit , 12v Tire Compressor , 9,100.00 , 14 6 . Set , Floor Matting , 8,400.00 , 12 7 . Pc , Ab Chance #m10k23 Fuselink (solid Head) -20 Amp - Type K , 8,400.00 , 20 8 . Pc , Ab Chance #m10k23 Fuselink (solid Head) -30 Amp - Type K , 11,750.00 , 25 9 . Pc , Ab Chance #m10k23 Fuselink (solid Head) -50 Amp - Type K , 5,000.00 , 10 10 . Pc , Class 2 High Voltage Rubber Gloves , 20,000.00 , 2 11 . Pc , Semi-floating Lineman`s Body Belt , 25,200.00 , 1 12 . Pc , Rubber Tape , 5,100.00 , 30 13 . Pc , Handheld Digital Clamp Multimeter , 6,400.00 , 1 14 . Pc , Stainless Steel Electricians Knife , 400.00 , 1 15 . Pc , Gi Coupling, 2" , 1,750.00 , 5 16 . Pc , Flexible Hose, 1/2, 19" Long , 2,750.00 , 5 17 . Set , Bidet, 1/2, (hose And Gun) , 4,000.00 , 5 18 . Pc , Ppr, 1/2 Pipe , 5,000.00 , 10 19 . Pc , Lavatory Faucet, 1/2, Goose Type , 6,000.00 , 5 20 . Pc , Gi Elbow, 2" , 4,500.00 , 10 21 . Pc , Nylon For Grass Cutter, 3mm Round, 1kg , 2,300.00 , 5 22 . Pc , Rain Boots , 2,050.00 , 5 23 . Pc , Ht75 Pro Pole Saw , 49,900.00 , 1 24 . Pc , Ms 180 Chainsaw , 7,000.00 , 1 25 . Pc , Fs 230 Grass Cutter , 30,000.00 , 1 26 . Set , Power Washer Accessory With 4 Wheels, 1/4" Quick Connector , 6,500.00 , 1 27 . Pc , Aluminum Foil Butyl Waterproof Tape , 700.00 , 10 28 . Pc , Tinsnip, 12" , 200.00 , 1 29 . Pc , Tinsnip, 8" , 150.00 , 1 ----------------------- Nothing Follows --------------------- Total Abc Php 260,150.00 ====================================================== Important Reminders: Please Observe The Following Instructions Below When Accomplishing The Fprdi Rfq Form. 1. Accomplish This Rfq Completely, Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Indicate "no-bid", “no Quote” Or “no Offer” For Items Not Intended To Quote 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 5. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Bid Can Be Submitted Through Our Official E-mail Account At Property@fprdi.dost.gov.ph Stating Philgeps Reference No. Or Through Express Mail/courier. Your Quotation Will Only Be Valid When Sent To This E-mail Account. Please Use Our Official Fprdi Request For Quotation (rfq) Form. Kindly Complete All The Details In Our Official Rfq Form Including Unit Price And Total Price. Just Attach Any Additional Details/descriptions You Would Like To Include In Your Bid. Please Submit Scanned/photocopies Of The Following Documents As Required By Philgeps For Small Value Procurement: • Mayor's Permit (cy 2025) • Valid Philgeps Registration • Income/business Tax Return For The Past 6 Months (required For Abc Php 500,000.00 & Above) • Omnibus Sworn Statement (oss) Indicating The Name Of The Procuring Entity And The Project Title And Details. (unnotarized Oss Will Be Accepted As Per Gppb Reso 2020-09 And To Be Notarized If Awarded) Please Be Reminded To Use The Latest Oss Template Issued By Gppb And To Indicate The Title Of The Project And The Procuring Entity. The Revised Oss Template Can Be Downloaded At Https://www.gppb.gov.ph/downloadable-forms/#tab-61412 Alternatively, You Can Submit Your Sealed Quotation To This Address On Or Before The Closing Of The Date. Fprdi Bac Secretariat Dost-forest Products Research And Development Institute Narra Rd. Forestry Campus, College, Los Baños, Laguna 4031

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.

City Of Trece Martires Tender

Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 147.5 K (USD 2.5 K)
Details: Description Table (80cm X 50cm ) 1 Pc ₱4,500.00 Minimalist Home Office Desk Table (80cm X 50 Cm X 74 Cm) 2ft 8in X 20in X 2ft 5in, Wood Panel, Type: Panelboard Chairs(monoblock) 10 Pcs ₱7,500.00 Bookshelves (33.5 X 64 X 164 Cm) Lwh 2 Pc ₱14,500.00 Size:64x33.5x164cm (lqwh, Beige, Particle Board, Metal Frame 5 Layers Bookshelf Curtains (white/215cm X 150 Cm) 2 Pcs ₱1,300.00 1pc Plain Fabric Curtain With Rings 200*130cm For Window Door Room Colorful Decoration, Size 200(l)*130cm (w) First Aid Kit 1 Pc ₱3,900.00 Size: 22.1x17.2x9,3cm/8.7x6.7inch Weight:840g/1.8lbs,600d Polyester Color:green Packaging Includes (165pcs) 1 Xfirst Aid Kit Bag 60 X Adhesive Dressings 2x Triangular Bandage 96*96*136cm X 1first Aid Booklet 2 X Pressure Bandages 10*450cm 1x Hypo Allergenic Tape Whiteboard(90cm X 60cm) 3 Pc ₱5,100.00 Whiteboard Eraser 3 Pcs ₱225.00 Cork Board (90cm X 60cm) 3 Pcs ₱5,250.00 Whiteboard Markers 12 Box ₱1,140.00 Bond Papers (long) 5 Ream ₱2,850.00 Cartolina (lighth Colors) 20 Pcs ₱2,100.00 Ballpens 5 Boxes ₱1,315.00 Notebook 20 Pcs ₱600.00 Pencil 12 Boxes ₱1,356.00 Crayons 10 Boxes ₱600.00 8 Color Nontoxic Generic Crayons Art & Crafts School Supplies Packing Tape4 5 Pcs ₱375.00 Double Sided-tape 5 Pcs ₱225.00 12mm-1/2inch / 18mm-3/4inch Rubber Mats For Toddlers 2 Sets ₱1,300.00 Number + Alphabet (36pcs):15cm*15cm Hammocks For Toddler 3 Pcs ₱2,250.00 Made Of Solid Rattan Wood With Quality Polyester/cotton (small) Sewing Kits Inclusion: 30sets Of Content:rolls, 1x Needle Piercing Device, 10pcs Hand Sewing Needles, Scissors 1pc, 1 Thimble, Tape 1pcs 2 Pcs ₱900.00 Portable Sewing Machine 1 Pc ₱12,300.00 Max. Sewing Speed:350 Spm Max. Sewing Thickness:2.5 Mmpower: 7.2 Winput: 220v-240v 50/60hzoutout:dc 6v 1200ma/4aa Batteries Product Size: 26x27x12cmplug Type: Uk Plug Pillows Vaccumbale 5 Pcs ₱2,250.00 Pillow Cases(18 X 28) 5 Pcs ₱1,125.00 Blanket (single) 5 Pcs ₱2,250.00 Sleeping Mat Water Proof Air Mattres 5 Pcs ₱7,750.00 Color: Blue/navy Blue/orange/camouflage (optuional) Material: Nylon +tpu: Bearing Capacity: Max 200kg/ 440lb: Inflating Size: 190*60*5cm/ Weight: Approx.590g/1.3lb/package Size:26*10*10cm/package Size:approx.800g Toys For Toddlers 20 Pcs ₱6,000.00 Ability Of Thought And Practice, Visual, Interest Training, Sensory, Parent-child Communication, Hand-eye Coordination, Interactive Safe And Non- Toxic/specifications: Material: Wooden Applicable Age: 12 Months+ Size 20* 20cm Breast Feeding Anti-glare Cove 10 Pcs ₱3,500.00 Cotton, 100*70cm, Package Includes:1pc * Breasfeeding Covers, 1 Storage Bag Flashlight 10 Pcs ₱3,500.00 Lamp Core: White Laser Lamp Core+cob (side Lamp), Product Performance: Long Range 5000n+: Lighting Mode: Strong Light/medium Light/strobe/side Lightd, Weight: 130g/ Charging Method: Type-c Fast Charge/ Usb/ Size 160* 45mm/ Power Sjupply Method: 18650 Power Power Lithium Battery/ Material: High Strenght Abs Material/ Waterproof Performance: Ipx4 Storage Box (90l) Clear 3 Pcs ₱2,070.00 "kids Thick Rectangle Table With 6 Chairs (120 1 X 60w X 52h Cm) " 4 Sets ₱30,000.00 Multi Functional Wooden Bookshelf (5 Layer 80x24 X 150 Cm) 4 Unit ₱18,000.00 Storage Box (75l) 2 Boxes ₱1,560.00

U S COAST GUARD USA Tender

Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: The Us Coast Guard Office Of Procurement & Contracting Miami Detachment (dol 95) On Behalf Of U.s. Coast Guard Station Ft. Lauderdale Intends To Award A Sole Source Firm Fixed Price Service Purchase Order For To Contractor To Provide All Parts And Services To Perform Wireless Mesh/pedestrian Gate Repair At U.s. Coast Guard Sector Key West Per Provided Sow. the Contractor Shall Provide Parts And Services To Perform Wireless Mesh/pedestrian Gate Repair At U.s. Coast Guard Sector Key West Per Provide Sow. interested Parties That Believe They Could Satisfy The Requirements Listed Above Must Clearly Identify Their Capability To Do So In Writing On Or Before The Response Date For This Notice. This Notice Of Intent Is Not A Solicitation. Information Submitted In Response To This Notice Will Be Used Solely To Determine Whether Competitive Procedures Could Be Used For This Acquisition. responses To This Notice Must Demonstrate Clear And Convincing Evidence That Competition Would Be Advantageous To The Government, Would Not Be Cost Or Time Prohibitive, And Would Not Hinder The Mission Objective Of The Repairs To The Performance Wireless Mesh/pedestrian Gate. the Determination Not To Compete This Proposed Contract Action Is Solely Within The Discretion Of The Government. The Government Will Not Be Responsible For Any Costs Incurred By Responding To This Notice. this Is Not A Request For Quotes Or Proposals. statement Of Work (sow) contractor Requirements part 1 – General: United States Coast Guard Sector Key West Is Accepting Proposals For Qualified Individuals Or Firms To Make Antennae And Network Repairs To Our Pedestrian Gate’s Physical Access Control System (pacs) And Pedestrian Gate Camera. Sector Key West’s Main Office Is Not Sending Or Receiving Wireless Information From The Pacs Or Camera Located At Our Pedestrian Gate. Sector Key West Will Need To Replace The Entirety Conduit, Waterproof Enclosures And Piv Proximity/pin Readers And Antennas Due To Water Intrusion. The New Wireless System Will Have To Integrate Into The Existing System Until All Current Wireless Mesh Systems Can Be Replaced. the Poc’s Are: Dale Bullock, Phone: (985) 414-8801, Email: Dale.j.bullock@uscg.mill And Omar Perez, Phone: (786) 797-0032 Email: Omar.i.perez@uscg.mil part 2 – Location: u.s. Coast Guard Sector Key West 100 Trumbo Rd key West, Florida 33040 part 3 – Itemized Requirements: a Site Visit Is Required To Troubleshoot The Wireless Mesh Of The Security Camera System To Identify Why The Main Sector Building Is Not Receiving Any Camera Footage From The Uph Building Or Pier D3. Report Findings To The Pocs Listed Above. provide All Necessary Replacement Or Modernized Parts To Include Resetting/reprogramming Services To Restore The System Back To Operable Status. if The System Cannot Be Restored To Full Functionality, Provide A Report On The Specific Items That Remain Discrepant And The Limitations That Will Be Experienced. part 4 – Facility Operating Hours: the Facility Shall Remain In Operation Throughout The Service. Contractor Access To The Service Site Shall Be Limited To The Following: 7:00am To 3:00pm, Monday Through Friday, Excluding Holidays. Access To The Site Shall Not Be Permitted On The Weekends Without Prior Approval From The Contracting Officer In Writing. part 5 – Security Requirements contractor Shall Provide A List Of Names For Required Personnel Needing To Access The Base To The Coast Guard Cor For Access To The Base. personnel Will Be Required To First Report To The Nas Boca Chica Security Office For An Entry Pass Unless They Already Have Base Access. all Personnel Shall Present Their Id And Base Entry Pass To The Security Personnel At The Entrance To The Base For Access. part 6 – Contractor Responsibilities: contractor Shall Provide A List Of And Cut Sheets For All Materials Needed To Complete The Work. contractor Shall Install All Components And Devices In Accordance With All Manufacturer’s Instructions And Record Local Weather Information When Performing Work To Verify Compliance With Manufacturer Instructions. Contractor Shall Notify The Government When Manufacturer Instructions Are Unable To Be Followed. part 7 – Final Inspection And Acceptance: 1. When The Contractor Has Completed All Of The Work, They Shall Notify The Coast Guard (cor) For A Final Inspection. If The Work Is Accepted, The Contractor Shall Submit To The Coast Guard (cor): • Contractor’s Notice Of Completion • Contractor’s Payment Request the Uscg Shall Not Be Liable For Any Amount Expended By The Contractor In Excess Of The Applicable Firm Fixed Price Reflected In The Schedule Unless Prior Written Authorization Has Been Given By The Contracting Officer. If The Cost To Repair An Item Is Greater Than The Firm Fixed Price Reflected In The Schedule, The Contractor Shall Submit A Quotation For The Over-and-above Repair Cost To The Contracting Officer. The Quotation Shall Be Valid For Thirty (30) Days And Shall Include The Following: • Description Of Each Discrepancy Found. • Number Of Labor Hours Per Discipline Required To Complete Each Discrepancy. • Cost Of Part(s). • Total Dollar Amount For Each Discrepancy. • Total Dollar Amount For Complete List Of Discrepancies. • Estimated Repair Turnaround Time (tat). • Purchase Order And Applicable Line Item. the Contractor Must Receive A Written Modification Signed By The Contracting Officer That Authorizes The Over-and-above Repair(s) Prior To The Commencement Of Work. Once The Repair Quotations Are Received, The Contracting Officer Will Respond Via A Written Modification Within Thirty (30) Days As To Whether The Quotes Are Approved Or Declined. applicable Naics Code: 561621 - Security Systems Services (except Locksmiths)

Municipality Of La Trinidad, Benguet Tender

Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 256 K (USD 4.3 K)
Details: Description 2nd Invitation To Bid For The Procurement Of Ict Equipment For Road-drainage Network Audit And Mapping 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Fifty-six Thousand Pesos (php256,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6392-meo Name Of Project: Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping Project Location: La Trinidad, Benguet Contract Duration: Within 10 Calendar Days From Receipt Of The Notice To Proceed Brief Description: 2 Unit Handheld Gps Specification: - Material: Polymer/silicon/glass - Waterproof - Power Source: Rechargeable Lithium-ion Battery Pack Included - Dimensions: 92x183x33mm - Product Weight: 410g (with Battery Pack) - Inclusions: Lithium-ion Battery Pack, Usb Cable, Documentation - Warranty: 12 Months - Features: Full Qwerty Keyboard, Customer Service Available For Messaging 24/7 2 Unit Laptop - 512 Gb To 1tb Ssd, - Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips - Ram: 32gb Ddr4 - With At Least 7 Core Ultra-processors - Operating System: Windows 11 Pro - With Power Adapter And Cable - Mouse (wireless) With Aa Battery - Built In Webcam, Speaker And Microphone - Wifi And Bluetooth Connect - With Laptop Bag - Has Pre- Installed Basic Software - With 1-year Warranty Bidders Should Have Completed, Within Two (2) 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – 30, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 30, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd.) Yoshio P. Labi Bac Chairperson Noted: (sgd.) Romeo K. Salda Head Of The Procuring Entity

Department Of Education Division Of Leyte Tender

Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.9 K)
Details: Description Invitation To Bid Supply And Delivery Of Specialized Uniforms For Evraa 2025 1. The Department Of Education (deped) Division Of Leyte Through The (special Education Fund (sef) - Provincial Government) Intends To Apply The Sum Of Two Million Two Hundred Seventy Eight Thousand Eight Hundred Fifty Pesos Only (php 2,278,850.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Specialized Uniforms For Evraa 2025 With Bid Reference No. Sdo Leyte- 2025-01-001r, As Follows: (details Are Found In Section Vi – Schedule Of Requirements And Section Vii – Technical Specifications) Item No. Qty. Unit Description Supply And Delivery Of Specialized Uniforms For Evraa 2025 1 700 Pcs T-shirt (polydex Fabric 180 Gsm, Full Sublimation) 2 700 Pcs Jacket With Hoodie (polydex Fabric 180 Gsm, Full Sublimation) 3 700 Pcs Cap (100% Polyester, Pre-curved Brim, Adjustable Back Strap) 4 700 Pair Of Jogging Pants (polydex Fabric 180 Gsm, Full Sublimation) 5 700 Pcs Sling Bag (made Of Leather) 6 700 Pair Of Rubber Shoes (combination Of Color Green & Yellow) 7 700 Pair Of Foot Sock (63% Cotton, 34% Polyester (recycled), 3% Elastane) Color: White 8 616 Pcs Folding Chair 9 616 Pcs Water Tumbler (500 Ml) 10 616 Pcs Umbrella (waterproof Fabric With Black Uv-blocking Coated, Automatic Open / Close) 11 385 Pcs Jersey Sando With Printed Numbers (polydex Fabric 180 Gsm, Full Sublimation) 12 385 Pair Of Jersey Shorts (polydex Fabric 180 Gsm, Full Sublimation) Total P 2,278,850.00 Amount Of Bid Documents P 2,500.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education (deped) Division Of Leyte Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Deped Division Of Leyte And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 To February 5, 2025, From The Given Address And Website(s) Below, Upon Accomplishing A Bidder’s Information Sheet And Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Two Thousand Five Hundred Pesos Only (php 2,500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Emailing A Copy Of The Official Receipt At Bac.leyte@deped.gov.ph Or Presentation Of The Official Receipt In Person To The Bac Secretariat Office. 6. The Department Of Education (deped) Division Of Leyte Will Hold A Pre-bid Conference Through Face-to-face For This Project On January 24, 2025, 9:00 Am At The 2nd Floor Conference Hall, New Deped Division Office Building, And Through Videoconferencing Via Microsoft Teams, Which Shall Be Open To All Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual/physical Submission At The Office Address Indicated Below On Or Before February 5, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of February 5, 2025, 2nd Floor Conference Hall Deped Division Of Leyte, New Office Building, Government Center Candahug, Palo Leyte. Bidders Are Reminded That Entry To The Division Of Leyte Premises Is Subject To The Health And Safety Protocols Of The Agency. 10. The Department Of Education (deped) Division Of Leyte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Gil R. Esplanada, Jr. Bac Secretariat Deped Division Of Leyte Government Center, Candahug, Palo, Leyte (053) 888-3527 Bac.leyte@deped.gov.ph 12. You May Visit The Following Websites: A. Https://notices.philgeps.gov.ph B. Https://sites.google.com/deped.gov.ph/leyte/about/bid-opportunities (sgd.) Teodorico C. Peliño, Jr., Edd Bac Chairperson

Rizal Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 320 K (USD 5.4 K)
Details: Description Request For Quotation Rfq No. 2025-041 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 27 January 2025. Name Of Project: Procurement Of Digital Handheld Periapical X-ray With Sensor Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Three Hundred Twenty Thousand Pesos (php320,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Dental Handheld Periapical X-ray With Sensor Portable X-ray -high Frequency Generator -low Radiation Dose -high Level Of Safety Protection -top Tube Voltage And Tube Current Parameters Value -tube Voltage And Tube Current Can Be Manually Adjusted -screen: Capacitive Touch Screen -tube Pressure:60.0, 60.5, 70k (adjustable In 3 Levels) -tube Current: 2.5, 3.5ma (adjustable In 2 Levels) -focus Size: 0.4mm -focus Skin Distance: 200.0mm -exposure Time: 0.01-1.0s -kv Ripple Frequence: <1.0% Inverting Frequency: >100.0khz -special Function: Operation With Remote Control -lithium Battery Capacity: Dc22.2v/950.0mah -radiation Dose: 2.447mgy -surface Leakage Radiation: 0.0007msv Digital Sensor -technology: Photon-counting Chip Without Scintillator Direct Conversion -dynamic Range: 16 Bits -actual Resolution: 12-14ip/mm -active Area: 25 X 30mm -dimension 30 X 37 -thickness: 5mm -imaging Time: 3 Sec Imaging Format: Bmp/dir/dcm/jpeg/png/tiff -connection: Usb 2.0 -waterproof: Ip67 -cable: 3m (extendable) -support System: Windows 7,8,10 -50 Inches Large Floor Standing Interactive Touch-screen Monitor/kiosk Unit 1 320,000.00 320,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Valid License To Operate Issued By Philippines Food And Drug Administration D) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. E) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: Warranty For Five (5) Years On Parts And Service. 5. Product Description/ Brochure. 6. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
811-820 of 888 archived Tenders