Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Nsn 7h-6130-012646982-gl, Tdp Ver 004, Qty 24 Ea, Deliver To W25g1u, W1a8 Dla Distribution, New Cumberland, Pa 17070-5002, Induction Niin Is 7h, 6130, 012646982, Gl, Power Supply, 900-11834-1. The Rights To Use The Data Needed To Purchase/repair This Part From Additional Source(s) Are Not Owned By The Government And Cannot Be Purchased, Developed, Or Otherwise Obtained. It Is Uneconomical To Reverse Engineer This Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In The Solicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Solicitation Number Spe4a625rx416
solicitation Will Result In A Commercial Indefinite Delivery Contract Iaw Far 13.5, Having A Base Period Of Five Years. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation. The Solicitation Date Is Anticipated To Be January 22, 2025. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. From The Dibbs Homepage, Select "requests For Proposal (rfp) / Invitation For Bid (ifb)" From The Menu Under The Tab "solicitations." Then Search For And Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
surplus Dealers, Small Business Dealers And Distributors (having Existing Stock Of Surplus Or Newly Manufactured Material) Are Invited To Respond To This Synopsis. The Response Should Include A Completed Surplus Certificate, Dlad 52.211-9000, Government Surplus Material Or Adequate Traceability Documentation To Show That The Product Is Acceptable. In Addition, Respondents Should Identify Quantity Available And Price. The Government May Alter The Acquisition Strategy If Purchase Of Existing Surplus Or Newly-manufactured Inventory Is In The Best Interest Of The Government.
nsn: 3110-01-056-1576. Bearing, Roller, Airf. Approved Sources: Skf Usa Inc (38443) And Mpb Corporation (78118). Terms Are Fob Destination, Inspection And Acceptance At Origin. Stocked Item. Qcc Of Eca. Estimated Annual Demand Is 302, The Minimum Is 75, And The Maximum Is 302. This Is A Critical Application Item (cai). Requested Delivery Of 213 Days Aro. Export Control Applies. Dfars 252.211-7003 Applies. This Nsn Is Commercial Of A Type And Will Utilize Solicitation And Award Procedures Iaw Far 13.5.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Misamis Occidental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee For Infrastructure Capitol, Oroquieta City Invitation To Bid For Completion Of Asenso Misamis Occidental Medical Center (amomc) Including Site Development 1. The Provincial Government Of Misamis Occidental, Through The General Fund Intends To Apply The Sum Of Two Hundred Million (p200,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pb-i-2025-01-004. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Occidental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 180 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From 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 Fifty Thousand Pesos (p50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person Or Through Electronic Means Such As Emails And The Like. 6. The Bac Will Hold A Pre-bid Conference On January 30, 2025 At 1:30 P.m. At The Mini Conference Room, 2nd Floor, Peo Building, Peo Compound Lower Lamac, Oroquieta City, Misamis Occidental Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Herein Indicated On Or Before February, 11 2025 At 1:00 P.m.. 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 16. 9. Bid Opening Shall Be On February, 11 2025 At 1:30 P.m. At Mini Conference Room, 2nd Floor, Peo Building, Peo Compound, Lower Lamac, Oroquieta City, Misamis Occidental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Occidental 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 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: Bac Secretariat For Infrastructure Bids And Awards Committee For Infrastructure 2nd Floor, Provincial Engineer’s Office (peo) Building Lower Lamac, Oroquieta City, Misamis Occidental Peobacinfra@gmail.com (088) 531-3362 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph ____________sgd___________ Jojo Noriel P. Ampahan Bac Chairperson, Infrastructure
Closing Date11 Feb 2025
Tender AmountPHP 200 Million (USD 3.4 Million)
Municipality Of Pagbilao, Quezon Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Pagbilao Committee On Bids And Awards Invitation To Bid For Supply And Delivery Of Other Supplies & Materials 1. The Local Government Unit Of Pagbilao, Through The Approved Budget By The Sanggunian – Gop, General Fund, Annual Budget Cy 2025 Intends To Apply The Sum Of Six Hundred Thousand Pesos Only (600,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Other Supplies & Materials (mto) / 2025-b01.010. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pagbilao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days. Bidders Should Have Completed, Within Ten (10) 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 Local Government Unit Of Pagbilao And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am – 5:00pm) Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 To February 4, 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 One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 4, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 4, 2025, 9:15a.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. In Order To Ensure That The Health Protocols Are Followed, The Bidders/suppliers Shall Be Requested To Transfer To The Lobby Of The Lgu, After Their Bid Envelope Had Been Dropped In The Bid Box. The Lobby Area Shall Be Equipped With A Monitor/projector Streaming The Ongoing Bidding For Transparency Purposes. 9. Items With Approved Budget Of Contract (abc) Under Annual Budget Cy 2025 Will Be Processed And Treated As Indicative Abc For Early Procurement Activity (epa), Short Of Award. Award Will Be Processed Upon Approval Of The Appropriation Ordinance For The Annual Budget Cy 2025. 10. The Bids And Awards Committee Informs The Herein Bidder/s To Transact Only With The Personnel Under The Municipal Treasurer’s Office Through Its Official Contact Information, And That, Through This Provision, Transactions Or Payments Made Arising From Fraud And Related Cybercrimes Under Republic Act 10175 Shall Render The Lgu Bids And Awards Committee Free From Any Suits And Other Liabilities. The Bidder, Shall Henceforth, Bear The Loss Of The Unauthorized Transaction. 11. The Bids And Awards Committee Informs Every Bidder/supplier That Their Bids Are To Be Evaluated Per Item. The Bac Does Individual Item Assessment Rather Than Considering The Overall Bid Amount. Any Bid That Proposes A Price Exceeding The Abc For Specific Item Will Be Automatically Disqualified. This Ensures That Bids Remain Within The Approved Budget For The Contract In Details And As A Whole (lot/set). 12. The Local Government Unit Of Pagbilao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Maristel G. Merjudio Municipal Budget Officer Jp Rizal St., Brgy. Sta. Catalina, Pagbilao, Quezon, 4302 Telephone No. – (042) 797-0298 Email Add: Baclgupagbilao@gmail.com Maristel G. Merjudio Mbo/bac Chairperson
Closing Soon4 Feb 2025
Tender AmountPHP 600 K (USD 10.2 K)
Province Of Lanao Del Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Particulars Date Pre-bid Conference @ Bac Conference Room, Gso, 1st Floor, New Capitol Building, Pigcarangan, Tubod, Ldn January 30, 2024 @ 10am Deadline For Submission Of Eligibility Requirements And Bidding Documents For Bid Opening (all Bids Must Be Placed In A Sealed Envelope) @ Bac Conference Room, Gso, 1st Floor, New Capitol Building, Pigcarangan, Tubod,ldn On February 13, 2024 @ 10am Post Qualification On February 20, 2024 @ 10am For Any Inquiry, Please Call Bac Secretariat, Telephone No. 063-341-5623. Bid Documents Are Downloadable @ Phil-geps Website Valid Upon Receipt Of Non-refundable Fee As Stated Above. This Bidding Shall Be Governed By The Implementing Rules And Regulation Of Republic Act. No.9184, Otherwise Known As The ´government Procurement Reform Act”. The Province Of Lanao Del Norte Reserves The Right To Accept Or Reject Any Or All Bids, And Waive Any Formality Or Technicality, And To Award To Any Bidder Whose Proposal Is Deemed Most Advantageous To The Provincial Government Of Lanao Del Norte. The Provincial Government Of Lanao Del Norte Neither Assumes Any Obligation For Any Loss Whatsoever That May Be Incurred By The Bidder In The Preparation Of Their Respective Bids Nor Does The Provincial Government Of Lanao Del Norte Guarantee That An Award Will Be Made. (sgd) Engr. Marietta L. Borillo Provincial Engineer/ Bac – Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 20.3 Million (USD 348.1 K)
Philippine Air Force - PAF Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Armed Forces Of The Philippines Philippine Air Force Office Of The Paf Special Bids And Awards Committee Colonel Jesus Villamor Air Base, Pasay City Invitation To Bid 1. The Armed Forces Of The Philippines, Through The Paf Special Bids And Awards Committee (pafsbac), Invites Contractors To Bid For The Hereunder Project: Nomenclature/activity: Pb-pafsbac-015-25 Repair And Maintenance Of Other Structures Approved Budget For The Contract: Php5,212,788.70 Price Of Bid Documents: Php10,000.00 *bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Have An Experience In Similar Project. 3. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. 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. 5. 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. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23, 2025 To February 13, 2025, From 8:00am-12:00nn And From 1:00pm-5:00pm, Monday To Friday (except Holiday), And Up To 8:45am Of February 14, 2025 At Pafsbac Secretariat, Paf Procurement Center Bldg., Colonel Jesus Villamor Air Base, Pasay City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person At The Aforementioned Address. Late Payment Of The Fees For The Acquisition Of Bidding Documents Shall Not Be Accepted. (note: Prospective Bidders Should Bring With Them The Printed Copy Of The Invitation To Bid For The Project/s To Be Bid From Philgeps Website Which Should Be Presented To Air Force Accounting Center For The Issuance Of Order Of Payment. Payment For The Bidding Documents Should Be Made At Paf Finance Center, Colonel Jesus Villamor Air Base, Pasay City From Monday To Friday At 8:00am-12:00nn & 1:00pm-5:00pm.) And/or The Proponent/bidder May Pay The Bid Documents Online Through Paf Online Payment System (pops) Via (lbp Link.bizportal) At The Following Link: Https://www.lbp-eservices.com/egps/portal/index.jsp With The Steps/system Demo On The Link Below: Https://drive.google.com/drive/folders/1jjh1pmiwgvu5otrmrmcimx_ql2fpr1x1 7. Pre-bid Conference: January 30, 2025 At 9:00 Am Through Videoconferencing Via Zoom Application. (zoom Meeting Id: 881 9920 7379; Passcode: 876891). 8. Manual Submission Of Bids: February 14, 2025 At 9:00 Am, Bidding Room 2, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Late Bids Shall Not Be Accepted. 9. Deadline Of Submission Of Bids/opening Of Bids: February 14, 2025 At 9:15 Am, Bidding Room 2, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. The Philippine Air Force 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: Ltc Eures Melody B Montejo Paf Paf Special Bids And Awards Committee Secretariat Colonel Jesus Villamor Air Base, Pasay City E-mail Address: Pafsbac@gmail.com Mobile Nr: 0906 279 3603 12. You May Also Visit The Philgeps Website For The Downloading Of The Bidding Documents. (original Signed) Bgen Leo A Fontanilla Paf Chairperson, Pafsbac
Closing Date14 Feb 2025
Tender AmountPHP 5.2 Million (USD 89 K)
Municipality Of Alamada, Cotabato Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of Cotabato Municipality Of Alamada Office Of The Bids And Awards Committee (bac) Invitation To Bid For: 25-01-004 Concreting Of Farm To Market Road (fmr) Purok 1a Barangay Site, Polayagan, Alamada, Cotabato The Local Government Unit Of Alamada, Through The 20% Df 2025 Intends To Apply The Sum Of P 2,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot 25-01-004 Concreting Of Farm To Market Road (fmr) Purok 1a Barangay Site, Polayagan, Alamada, Cotabato Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Alamada Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 31 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Alamada And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays 9:00am To 4:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 18, 2025 From 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 P 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person With Official Receipt. 5. The Local Government Unit Of Alamada Will Hold A Pre-bid Conference On February 04, 2025 At Bac Office, Alamada Cotabato @ 10:00 Oclock In The Morning. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 18, 2025 At 10:00am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Other Necessary Information: None 10. The Local Government Unit Of Alamada 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 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: Ignacio V. De Guzman, Jr., Mpa, Rea Municipal Assessor/ Bac Head Secretariat Office Of The Bids And Awards Committee 09204929937/ 09159740173 Zobaidapelandoc@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: See Philgeps Notice Posted Online Bid Submission: Not Applicable Due To Very Slow Internet Connectivity. January 22, 2025______________ [date Of Issue] Noli S. Doromal Municipal Budget Officer Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 2.5 Million (USD 42.6 K)
Municipality Of Benito Soliven, Isabela Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For The Procurement Of Drugs And Medicines- 1st Quarter (regular Fund) No. 2025-27 1.the Municipal Government Of Benito Soliven, Intends To Apply The Sum Of Two Hundred Thousand Seventy Nine Six Hundred Two Pesos & 75/100 (p279,602.75) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Drugs And Medicines 1st Quarter (general Fund). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Delivery Of The Goods Is Required Within Forty Five (45) Days. 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). 2.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. 3.prospective Bidders May Obtain Further Information From Ms Rodelyn Grace V. Lungan, Municipal Administrator And Bac Chairman And Inspect The Bidding Documents At The Address Given Below During Office Hours. 4.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23- February 8, 2025 2:00 Pm On 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 Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 5.bids Must Be Duly Received Through Manual Submission At The Office Address Indicated Below On Or Before February 10, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 6.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 7.bid Opening Shall Be On February 10, 2025 1:30 Pm At The Office Of The Municipal Mayor. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.the Municipal Government Of Benito Soliven 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. 9.for Further Information, Please Refer To: Ms. Rachell Lungan Bac Secretary Office Of The Municipal Mayor Municipal Building Dist. 2, Benito Soliven, Isabela 09178817840 January 23, 2025
Closing Date10 Mar 2025
Tender AmountPHP 279.6 K (USD 4.7 K)
Province Of Pampanga Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-13 Ig- Bac Invitation To Bid For Purchase Request No. 24-5937 And 24-4316 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description General Fund 2,500,000.00 #24-5937 Supply And Delivery Of 2 Units Portable Water Quality Monitoring Equipment General Fund 6,000,000.00 #25-4316 Supply And Delivery Of 60 Heads Crossbreed Female Buffaloes Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two 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. Instruction To Bidders. 2. 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. 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. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 23, 2025 (thursday) Between 8:00 A.m. To 5:00 P.m. Up To February 12, 2025 (wednesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #24-5937 2,500,000.00 5,000.00 #25-4316 6,000,000.00 10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On January 31, 2025 (friday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of February 12, 2025 (wednesday). Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Opening Of Bids Will Be On February 12, 2025 (wednesday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph January 22, 2025 Francis V. Maslog Chairman Bids And Awards Committee
Closing Date12 Feb 2025
Tender AmountPHP 6 Million (USD 102.4 K)
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Details: (ii) The Solicitation Number Is W91rus25q0006. This Solicitation Is A Request For Quote (rfq) Iaw Far Parts 12 And 13.
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-019.
(iv) The Applicable Naics Code Is 517111 And The Small Business Size Standard Is Less Than 1500 Employees. This Acquisition Is Not Set-aside For Small Businesses.
(v) The Contract Line Item Numbers And Items, Quantities And Unit Of Issue Are Identified On The Attached Pricing Schedule. The Contract Scope And Requirements Are Described In The Attached Statement Of Work (sow). The Statement Of Work Is Available Under The Attachments Section Below.
(vi) This Request For Quote (rfq) Is For The Local Voice And Data Circuits Listed In Appendix 10 Of The Statement Of Work For The Sddc Location In Beaumont, Tx.
(vii) Performance Periods:
installation/cut-over (clin 0001)
base Year, 12 Months (clin 0002)
(viii) Provision 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition Including The Following Addendum:
52.212-1 Addendum
(b) Submission Of Offers.
(13) Quotations Will Only Be Accepted From Facilities-based Incumbent And Competitive Local Exchange Carriers Certified By The State Of Texas To Provide Local Exchange Services. Quotations That Include Terms And Conditions Other Than Those In The Request For Quotations Will Be Considered Non-responsive And Not Considered For Award And The Us Army Will Not Incorporate Special Terms And Conditions Into The Resulting Firm-fixed Price Contract. Quotations That Take Exception To The Clauses Required By The Far And Dfars Will Be Considered Non-responsive And Will Not Be Considered For Award.
(14) Submit Quotations Via E-mail To The Contracting Officer Not Later Than The Response Date And Time Specified In The Announcement.
(15) Submit The Following With Each Quotation:
contracting Information
(a) The Unique Entity Identifier (uei) Number Of The Offeror Registered In The System For Award Management (sam).
(b) Proof The Offeror Is A Facilities-based Carrier Certified To Provide Local Exchange Services Within The State Of Texas. Quotations Will Only Be Accepted From Facilities-based Carriers Certified To Provide Local Exchange Services.
(ii) Pricing. Submit A Completed Copy Of The Attached Price Quotation Spreadsheet Including The Offeror's Prices And All Applicable Taxes, Fees And Surcharges. Unit Prices Must Be Limited To Two Decimal Places. Identify Non-priced Slins By Entering Nsp Or Nc In The Unit Price. The Us Army Is A Federal Government Entity, And As Such, Is Exempt From Certain Taxes. Offerors Must Identify And Include The Quantity And Amounts Of All Applicable Taxes, Fees And Surcharges On The Pricing Schedule. Quotations Should Not Include Any Taxes From Which The Federal Government Is Exempt.
(ii) Technical Solution. A Detailed Narrative And Network Diagram Describing The Offeror's Facilities, Network, And Infrastructure To Deliver All Of The Circuits In The Statement Of Work To The Demarcation Locations. Technical Solutions That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Accepted. Long Distance Charges Are Not Within Scope Of This Requirement And Technical Solutions That Do Not Allow The Us Army To Designate Disa's Mandatory Long Distance Provider As The Primary Interchange Carrier (pic) In Accordance With The Statement Of Work Are Not Technically Acceptable.
(iii) Past Performance Information. Provide Information From Recent Contracts Performed Within The Last Three (3) Years, Which Are Considered Relevant In Demonstrating Ability To Perform Local Exchange Services Involving Similar Scope, Magnitude Of Effort, And Complexities As The Services Described In This Solicitation. Include The Following Administrative Data For Each Referenced Contract Submitted: Offeror's Company Name; Contracting Agency; Contract Number; Brief Description Of Contract; Contract Type (i.e., Fixed Price, Time And Material, Etc.); Period Of Performance, Identification Of Any Significant Achievements Or Past Problems And Resolution; And Name, Address, Telephone Number, And Email Address Of Program Manager And Contracting Officer.
period Of Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Days From The Date Specified For Receipt Of Quotations.
multiple Awards. This Award Shall Be Made On An All Or None Basis. Offerors Must Provide A Quotation To Provide All Of The Circuits In The Statement Of Work, Appendix 10. Quotations That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Considered.
end Of 52.212-1 Addendum
(viiii) Provision 52.212-2, Evaluations, Applies To This Acquisition Including The Following Addendum:
addendum To Far 52.212-2
(a) The Government Will Award A Firm-fixed Price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
price The Total Amount For The Base Year And All Option Years Will Be Evaluated From The Pricing Schedule.
technical Capability - Acceptable Is Defined As A Quotation That Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As A Quotation That Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
past Performance - The Government Will Conduct An Evaluation And Review Of All Recent Past Performance Data Obtained To Determine How Closely The Work Performed Under These Efforts Relates To The Proposed Effort And How Well That Work Was Performed. The Offeror Shall Consider The Requirements Contained In Far Clauses 52.212-1 When Submitting Their Past Performance References. Past Performance Shall Be Evaluated Based On How Recent, Relevant And The Quality Of Services Rendered. To Consider Relevancy And Quality The Past Performance Evaluation Will Consider All Aspects Of An Offerors' Past Performance. For Purposes Of This Evaluation, Recent Is Defined As Contracts Performed Within The Past Three (3) Years From The Issuance Date Of The Solicitation. This Factor Will Be Rated As Acceptable Or Unacceptable. Acceptable Is Defined As The Pass Performance Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As The Past Performance Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
(x) Offerors Are Encouraged To Complete All Representations And Certifications Electronically At The System For Award Management Website Located At Url Https://sam.gov/ . If Not Completed On-line, Offerors Must Include A Completed Copy Of The Provisions At Far 52.212-3, Which Can Be Obtained At Https://www.acquisition.gov/browse/index/far, Far Part 52 Or Online At Https://sam.gov/.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition To Include The Following Addenda:
52.212-4 Addendum
(w) Continuity Of Services And Option To Extend Telecommunication Services.
(1) For All Services Required On This Contract, The Contractor Shall Continue To Provide Services Until A Release Date Is
established By The Government As A Result Of Competition (cutover Complete) Or Termination (including Termination For Cause Or Government Convenience).
(2) The Contractor Recognizes That The Services Under This Contract Are Vital To The Government And Must Be Continued Without Interruption And That, Before Contract Expiration, A Successor, Either The Government Or Another Contractor, May Continue Them. The Contractor Agrees To - (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition. The Contractor Shall (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition To A Successor; And (iii) Notify The Government Of Any Services Not Cutover After Contract Expiration.
end Of 52.212-4 Addendum
(xii) Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. In Addition, The Following Far/dfars/affars Clauses/provisions, Either By Reference Or Full Text, Apply (clauses May Be Obtained Via The Internet At Https://www.acquisition.gov/browse/index/far):
52.204-7 System For Award Management
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards.
52.204-13 System For Award Management Maintenance
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations.
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
52.217-8 Option To Extend Services
52.225-13 Restrictions On Certain Foreign Purchases.
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment By Electronic Funds Transfer-system For Award Management.
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.237-3 Continuity Of Services
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7003 Agency Office Of The Inspector General
252.204-7003 Control Of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting.
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support.
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism.
252.225-7001 Buy American And Balance Of Payments Program.
252.225-7002 Qualifying Country Sources As Subcontractors.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.239-7002 Access.
252.239-7004 Orders For Facilities And Services.
252.239-7005 Rates, Charges, And Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation Or Termination Of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (dev) Supply Chain Risk (deviation 2018-o0020).
252.243-7001 Pricing Of Contract Modifications.
252.244-7000 Subcontracts For Commercial Items
52.252-1, Solicitation Provisions Incorporated By Reference, Feb 1998. For Purposes Of This Provision, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
52.252-2, Clauses Incorporated By Reference, Feb 1998. For Purposes Of This Clause, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
Closing Date2 Apr 2025
Tender AmountRefer Documents
5141-5150 of 9662 active Tenders