Website Tenders
Website Tenders
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Flood Control Wall Along Canumay Creek (phase 2) Barangay Canumay West, Valenzuela City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 98,999,484.24 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0087 - Construction Of Flood Control Wall Along Canumay Creek (phase 2) Barangay Canumay West, Valenzuela City Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0087 Contract Name And Location : Construction Of Flood Control Wall Along Canumay Creek (phase 2) Barangay Canumay West, Valenzuela City Brief Description : Construction Of Flood Control Wall Approved Budget For The Contract (abc) : Php 98,999,484.24 Source Of Funds : Fy 2025 Nep Contract Duration : 300 Calendar Days Cost Of Bidding Documents : Php 50,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 13, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 13, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 13, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 14. The Dpwh-ncr-metro Manila 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel G. Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: January 23, 2025 Dpwh-infr-04-2016
Closing Date13 Feb 2025
Tender AmountPHP 98.9 Million (USD 1.6 Million)
Municipality Of San Miguel, Bohol Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of San Miguel Invitation To Bid For The Supply And Delivery Of Construction Materials For Improvement Of Lgu Projects (pin: 2025-01-03) 1. The Local Government Unit Of San Miguel, Bohol, Through The 1918-11 & 1918-3 Fund Cy 2025 Intends To Apply The Sum Of One Million Two Hundred Fifty-seven Thousand Nine Hundred Nineteen Pesos (php 1,257,919.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Construction Materials For Improvement Of Lgu Projects With Pin: 2025-01-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of San Miguel, Bohol Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days From The Receipt Of Purchase Order (po). 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 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 The Bids And Awards Committee Secretary At Peso Office, Ground Floor Municipal Hall Building, Poblacion, San Miguel, Bohol And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 12:00 Noon And 1:00 P.m To 5:00 P.m., Monday To Friday Except Weekends, Declared Holidays And Suspension Of Work. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Local Government Unit Of San Miguel, Bohol Hold A Pre-bid Conference On January 30, 2025, 1:30 Pm At Sb Session Hall, 2nd Floor Municipal Hall, Building, San Miguel, Bohol Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 11, 2025, Tuesday, 1:30 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 14. 9. Bid Opening Shall Be On February 11, 2025, Tuesday, 1:30 P.m At The Given Address Below Sb Session Hall, 2nd Floor Municipal Building, San Miguel, Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. As Per Municipal Ordinance Number C-154 Section 19- That All Bidders Shall Be Registered With The Local Government Unit Of San Miguel, Bohol And A Registration Fee Shall Have Imposed To The Bidders/suppliers Applicants Based On The Required Bid Price In Accordance With The Following Schedule: Bid Price Registration Fee From P1,000.00 To P9,999.00 P27.50 10,000 To 19,999.00 55.00 20,000.00 To 49,999.00 110.00 50,000.00 To 99,999.00 165.00 100,000.00 To 499,000.00 220.00 500,000.00 And Above 500.00 Section 20. There Shall Be Imposed An Annual Accreditation Fee To All Duly Qualified Bidders Who Are Interested To Participate In Any Bidding Process Related To Various Projects Of The Local Government Unit Of The Municipality Of San Miguel, Bohol As Follows: Local Bidders - P1,000.00 Bidders Outside The Municipality - P2,000.00 11. The Local Government Unit Of San Miguel, Bohol 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. 12. For Further Information, Please Refer To: Ms. Milchie Donna B. Nuez Bac Secretariat Staff/ Procurement Officer Mayor’s Office Ground Floor, Municipal Hall Building 6323 Poblacion, San Miguel, Bohol 09361659025 / 09462191100 / 09616533620 Bacsanmiguelbohol@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph (sgd): Atty. Glenn D. Damasing, Cpa Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.4 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: Nsn 1h-5840-015015592, Tdp Ver 013, Ref Nr 7338390-1, Qty 619 Ea, Deliver To W25g1u, W1a8 Dla Distribution, New Cumberland, Pa 17070-5002, Deliver To W62g2t, W1a8 Dla Dist San Joaquin, Tracy, Ca 95304-5000. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights, Manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application.all Firms Should Include Their Cage Code On Solicitation Requests.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. 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.
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Description: Nsn 7h-5996-016526778, Tdp Ver 002, Ref Nr 8355595, Qty 2 Ea, Delivery Fob Origin. "synopsis - The Approved Source Is (raytheon 15090 And Mercury Systems Inc 51719)." The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The 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. 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.
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Details: (ii) The Solicitation Number Is W91rus25q0011. 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 Fort Greely, Ak.
(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 Alaska 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 Alaska. 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 Date26 Apr 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: This Advertisement Is Hereby Incorporated Into The Rlp 25reg00 By Way Of Reference As An Rlp Attachment.
u.s. Government Seeks To Lease The Following Office Space Through The Automated Advanced Acquisition Program (aaap):
city: Fort Myers
state: Fl
delineated Area: North: Sr80 ; East: Sr29 ; South: Corkscrew Road ; West: Us41
minimum Aboa Square Feet: 980
maximum Aboa Square Feet: 1,280
space Type: Office
lease Term: 10 Years / 5 Years Firm
offerors Are Encouraged To Submit Rates For All Terms Available In The Aaap For Consideration Against Future Gsa Requirements.
amortization Term: 5 Years For Both Tenant Improvementsand Building Specific Amortized Capital.
agency Unique Requirements
the Location Must Be Ada Accessible And In A Low Crime Are
agency Tenant Improvement Allowance:
existing Leased Space: $50.11 Per Aboa Sf
other Locations Offered: $50.11 Per Aboa Sf
building Specific Amortized Capital (bsac):
existing Leased Space: $12.00 Per Aboa Sf
other Locations Offered: $12.00 Per Aboa Sf
important Notes
check The Attachments And Links Section Of This Notice For Possible, Additional Project-specific Requirements Or Modifications To The Rlp.
offerors Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b
offerors Are Advised That All Shell Work Associated With Delivering The Tenant Improvements Are At The Lessor’s Cost. Please Refer To Section 3(construction Standards And Shell Components)and Specifically To Paragraph 3.07(building Shell Requirements)of Theaaap Rlp Attachment #2 Titled "lease Contract" (gsaform L100_aaap ) For More Detail. Tenant Improvement Components Are Detailed Under Section 5 Of The Aaap Rlp Attachment#2 Titled "lease Contract" (gsaform L100_aaap) .
it Is Highly Recommended That Offerors Start The Sam Registration Process Directly Following The Offer Submission. Refer To Rlp Clause 3.06.
(if Applicable) The Government Intends To Award A Lease To An Offeror Of A Building That Is In Compliance With Seismic Standards. Section 2.03 Of The Request For Lease Proposals (rlp) Outlines Compliance Activities Required For All Leases In Moderate Or High Seismic Zones. To Determine If Your Property Lies In A Moderate Or High Zone, Please Reference The Map And Documents On Our Website.
how To Offer
the Automated Advanced Acquisition Program (aaap), Located At Https://leasing.gsa.gov/, Will Enable Interested Parties To Offer Space For Lease To The Federal Government In Response To The Fy25 Aaap Rlp. In Addition, The Government Will Use Its Aaap To Satisfy The Above Space Requirement.
offerors Must Go To The Aaap Website, Select The “register To Offer Space” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Aaap Homepage And In The “help” Tab On The Aaap Website. Once Registered, Interested Parties May Enter Offers During Any “open Period”. For Technical Assistance With Aaap, Email Leasing@gsa.gov.
the Open Period Is The 1st Through The 7th Of Each Month, Ending At 7:30 P.m. (et) Unless Otherwise Stated By The Government And Unless The 7th Falls On A Weekend Or Federal Holiday. If The 7th Falls On A Weekend Or Federal Holiday, The Open Period Will End At 7:30 Pm (et) On The Next Business Day. Refer To Aaap Rlp Paragraph 3.02 For More Details On The Offer Submission Process. The Government Reserves The Right To Allow For Multiple Open Periods Prior To Selecting An Offer For Award To Meet This Specific Space Requirement. Offers Cannot Be Submitted During The Closed Period And Will Not Be Considered For Projects Executed During That Time Period.
lease Award Will Be Made To The Lowest Price, Technically Acceptable Offer, Without Negotiations, Based Upon The Requirements In This Advertisement And In The Rlp Requirements Package Found On The Aaap Website. During An Open Period, Offerors Will Be Permitted To Submit New Offers Or Modify Existing Offers. Offerors Can Draft An Offer At Any Time; However, You Can Only Submit An Offer During The Open Period.
the Offered Space Must Comply With The Requirements In This Advertisement And The Rlp And Must Meet Federal Government, State, And Local Jurisdiction Requirements, Including Requirements For Fire And Life Safety, Security, Accessibility, Seismic, Energy, And Sustainability Standards In Accordance With The Terms Of The Lease. The Lease And All Documents That Constitute The Lease Package Can Be Found At Https://leasing.gsa.gov/leasing/s/aaap-portalhome.
if You Have Previously Submitted An Offer In Fy 2024, The Aaap Application Has A Copy Feature Which Will Allow Existing Offers To Be Copied Over To The Fy 2025 Rlp In Order To Avoid Having To Re-enter All Of The Data Manually. Please Be Sure To Review Fy25 Aaap Rlp Package And Each Page Within The Aaap Application Prior To Submitting Your Offer As Some Of The Questions Have Changed. You Must Re-enter Your Space And Rates On The ‘space And Rates’ Tab In The Aaap. Your Previous Offered Space Will Not Be Copied.
Closing Soon8 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Laboratory Equipment and Services
United States
Details: Synopsis: This Sources Sought Announcement Is To Assist The Us Army Devcom Soldier Center To Identify Potential Sources To Providea Digital Microscope To Support Quality Assurance/control Program.
the Government Requests That Responses Be Submitted Electronically To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mil By February 14, 2025 By 5pm Est.
background: The Government (devcom Soldier Center) Is In The Need Of Digital Microscope To Support Quality Assurance/control Program. End Item Shape And Profile Of Sensitive Material Produced By Dmsb Are Guarded Forensic Features. The Ability To Capture Micron Scale Images At Various Points Throughout A Production Event Is A Requisite To Dmsb’s Iso 9000 Quality Management Program. Existing Microscope Cannot Capture/store Images And A Secondary Digital Camera Must Be Utilized Which Complicates Image Storage And Poses An Unnecessary Vulnerability To Image Security. Dmsb Requires A Digital Microscope That Can Capture Images With Minimal Sample Preparation (no Solvent Washing, Fixatives/sputter Coating, Etc.) Store Them Securely And Have The Capability To Perform Basic Elemental Analysis For Foreign Material Identification.
description:
4k Resolution Capabilities
image Conversion To Standard Formats (.jpg, .tif, Or .png)
minimum 27’’ Uhd Lcd Monitor
5x-6,000x Magnification Without Switching Lens Hardware
minimum 1tb Hard Drive
multiple Available Lighting Types:
brightfield/darkfield/transmitted/polarized/dic
specific Specifications:
combination Stage/stand Tool (180 Degrees Rotation & 250 Degrees Tilt)
xy Stage Movement Up To 300mm X 300mm
built In 2d/3d Measurement Capabilities.
real-time Automatic Focus Adjustment
compatible With Libs Elemental Analysis Tools
built In 2d/3d Measurement Capabilities.
automatic Optimization Of Lighting Settings
deliverables: Microscope With All Associated Hardware, Software, Controllers, Safety Equipment, Installation/training And Recommended Spare Parts That Are Required For Immediate Use In Government Facility.
delivery Date: The Government Anticipates 23 Weeks Lead Time For This Item For Delivery.
interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only
this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned.
not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized In The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject.
responses:
interested Parties May Identify Their Interest And Capability By Sending Responses Regarding This Requirement To Devcom Soldier Center Via E-mail Only To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mil No Later Than February 14, 2025 By 5:00 P.m. Est. The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party.
please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. If You Hold A Gsa Federal Supply Schedule Contract, Please Identify Your Contract Number.
questions:
any Questions For Clarification May Be Emailed To Mary.k.prebensen.civ@army.mil And Christine.p.poulack.civ@army.mil No Later Than February 7, 2025 By 5:00 P.m. Est. Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
**amendment 0001 Uploaded To Answer Vendor Questions**
Closing Date14 Feb 2025
Tender AmountRefer Documents
Department Of Health Center For Health Development Bicol Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Health Bicol Center For Health Development Invitation To Bid For Provision Of Catering Services, Venue And Accommodation For Various Capability Building Activities In The Province Of Albay For The Period April-december 2025 Ib No. 25-23 1. The Department Of Health Bicol Center For Health Development (doh Bicol-chd), Through The General Appropriations Act (gaa) Intends To Apply The Sum Nine Million Four Hundred Eight Thousand Three Hundred Seventy-five Pesos Only (php 9,408,375.00) Being The Abc To Payments Under The Contract For Provision Of Catering Services, Venue And Accommodation For Various Capability Building Activities In The Province Of Albay For The Period April-december 2025 Ib No. 25-23. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Doh Bicol-chd Now Invites Bids For The Above Procurement Project. Delivery Of The Goods And Services Is Required On The Expected Delivery Date (s) Stated In Section Vi, Schedule Of Requirements. 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 A 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 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 Doh Bicol-chd And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 12, 2025 (9:00 Am) From The Given Address And Website(s) Below. The Applicable Fees For The Bidding Documents Are As Follows. Total Abc Of Item(s) The Bidders Is Bidding For (opt To Bid) Cost Of Bidding Documents (philippine Peso) 500,000.00 And Below 500.00 More Than 500,000.00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally Or Through Electronic Mail For Bidders Who Will Be Paying Through Bank Transfer It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Account Name: Doh Chd Bicol Branch: Lbp Legazpi Branch Account No: 0132-1068-51 6. The Doh Bicol Chd Will Hold A Pre-bid Conference On January 31, 2025, 9:00 Am At Doh Bicol Chd, Legazpi City, Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Accessible To All Prospective Bidders. Interested Bidders May Contact The Bac Secretariat For The Meeting Link. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below On Or Before February 12, 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 February 12, 2025, 9:00 Am At Doh Bicol Chd, Legazpi City, Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-25-23- Mupservices -technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-25-23- Mupservices -financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before February 12, 2025, 9:00 Am Philippine Standard Time To Publicbidding@bicol.doh.gov.ph • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-25-23-mupservices • Upon Submission, Bidders Shall Receive An Acknowledgement From The Doh Bicol-chd Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Doh Bicol-chd Bac Secretariat During Office Hours At (052) 732-2031 Local 5171 Or 5170 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done Through Videoconferencing, Webcasting Or Similar Technology. 11. The Doh Bicol-chd 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. Unsealed Or Unmarked Bid Envelopes, Or In Case Of Electronic Bid Submission, Bidding Documents Not In Compressed Archive Folders And Are Not Password Protected, Shall Be Rejected. However, Bid Envelopes That Are Not Properly Sealed And Marked Or Not Properly Compressed And Password-protected, As Required In The Bidding Documents, Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Improperly Compressed Or Password-protected Folder, Or For Its Premature Opening. (gppb Resolution No. 09-2020). 12. For Further Information, Please Refer To: Ms. Liberty T. Tapado Head, Bac Secretariat Procurement Section Doh Bicol-chd Legazpi City, 4500 Email Address: Publicbidding@bicol.doh.gov.ph (052) 732-2031 Local 5171 Or 5170 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Ro5.doh.gov.ph For Online Bid Submission: Publicbidding@bicol.doh.gov.ph January 23, 2025 (sgd) Rosa Maria B. Rempillo, Md, Mchm, Cese Chairperson
Closing Soon12 Feb 2025
Tender AmountPHP 9.4 Million (USD 160.6 K)
DEPT OF THE ARMY USA Tender
Chemical Products
United States
Details: Synopsis:
the Us Army Combat Capabilities Development Command (devcom) Solider Center, Natick, Ma, Is Conducting A Market Investigation To Identify Products That Meet Buy American Act Requirements And/or Suppliers Of Water Treatment Technologies For Use At The Individual Soldier Level With The Capability Or Potential To Meet Military Requirements For Removal Of Toxic Industrial Chemicals (tics) And Toxic Industrial Materials (tims) From Any Indigenous Fresh Water Sources For Soldier Consumption.
the Technologies Shall Be Compatible With Current And Future Organizational Clothing And Equipment Such As The Individual Water Treatment Device (iwtd), The Molle Hydration System, Standard Military Canteens, Or Both. They Must Be Lightweight (not To Exceed 12oz.), Easy To Use/clean/maintain, Low Bulk/compact, And Capable Of Producing Water Purified From Chemical Contaminants Throughout An Operational Life Of At Least 135 Liters. They Ideally Have An Unused Service Life Of 180 Days, Be Storage Stable For 5 Years And Be Environmentally Safe During Use And Subsequent Disposal. They Shall Not Be Impacted By Low Temperature Exposure/freezing (-33 C To 52 C) And Shall Be Fully Functional On Thawing, And Be Functional In Basic, Hot And Cold Environments.
the Technology Must Be Capable Of Removing Chemical Contaminants To Levels Mandated By The Defense Health Agency: Defense Centers For Public Health – Aberdeen (dcph-a). Relevant Documents Pertaining To Multiservice Field Water Regulations Are Us Army Technical Bulletin 577 (tb Med 577) And Technical Guideline 230 (tg 230). Ideally, This Technology Can Meet Or Exceed Microbiological Mitigation Requirements Laid Out In Nsf Protocol P248: Military Operations Microbiological Water Purifiers. The Water Purification Treat To Drink Time Is Ideally Less Than 20 Minutes (desired Time Is Less Than 5 Minutes) With A Flow Rate (if Applicable) Of Not Less Than 200 Ml/min. Batteries, If Used, Must Be A Commercially-available Type And Of Weight And Bulk Compatible With The Overall Device Requirements For Weight And Bulk. Processed Water Shall Be Palatable, With Taste/flavor As In Commercial Bottled Spring Or Municipal Waters.
due To The Wide Range Of Chemical Contaminants That Could Potentially Be Found Across The Scope Of Global Operations, The Attached Table Contains A List Of Representative Chemicals, Their Challenge Concentrations, And Their Associated Military Exposure Guidelines (megs). The U.s. Army Is Interested In A) Identifying Firms With Products, Technologies, And Capabilities To Reduce The Challenge Concentrations Of These Tics/tims To Below Their Associated Megs; B) Identifying Firms With Products, Technologies, And Capabilities To Specifically Target Reduction Of The Challenge Concentrations Of The Inorganic Materials Found On The Tic/tim List To Below Their Associated Military Exposure Guidelines; And C) Identifying Firms With Combinations Of Products, Technologies, And Capabilities To Reduce The Challenge Concentrations Of These Tics/tims To Below Their Associated Megs.
please Refer To The Attachment “toxic Industrial Chemical/material Military Exposure Guideline”
interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only
this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned.
not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized In The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject.
responses:
interested Parties May Identify Their Interest And Capability By Sending Responses With Information On Their Current Commercial Product(s) And How They Might Address The Military Requirement Via E-mail Only To Eric Brack, Eric.m.brack.civ@army.mil, Parker Brandwein, Parker.d.brandwein.civ@army.mil And Blaise Liess, Blaise.p.liess.civ@army.mil No Later Than March 8, 2025 By 5:00 P.m. Est. Interested Sources Shall Include Information Regarding A Firm's Experience, Personnel, And Facilities. Information Should Include Product Cost, Technical Information (i.e., Technical Literature, Test Data And Illustrations, Photographs, Patents), Relevant Company Background/experience, And A Sample (optional). Firms Responding Shall Indicate Whether Or Not They Are A Small Business. Any Information/samples Submitted Will Not Be Returned. If A Firm Chooses To Submit Samples, No Payment Will Be Made By The Government For Such Samples. The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party.
please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. If You Hold A Gsa Federal Supply Schedule Contract, Please Identify Your Contract Number.
questions:
any Questions For Clarification May Be Emailed To Eric Brack, Eric.m.brack.civ@army.mil, Parker Brandwein, Parker.d.brandwein.civ@army.mil And Blaise Liess, Blaise.p.liess.civ@army.mil No Later Than March 1, 2025 By 5:00 P.m. Est. Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
Closing Date8 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Sur Ii District Engineering Office Regional Office Xiii Bislig City Invitation To Bid 1.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City, Through The Gaa Fy 2025 Intends To Apply The Corresponding Sums Being The Approved Budget For The Contract (abc) To Payments Under The Contracts For The Projects Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Now Invites Contractors To Bid Through For The Hereunder Works: Contract Id : 25ni0036 Contract Name : Concreting Of Road At Sitio Mahabo To Barangay Proper, Barangay Mahayahay, Lingig, Surigao Del Sur Contract Location : Lingig, Surigao Del Sur Brief Description : Road Concreting Approved Budget For The Contract (abc) : Php 49,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 177 Calendar Days Contract Id : 25ni0037 Contract Name : Retrofitting/ Strengthening Of Permanent Bridges Monkag Br. (b00762mn) Along Surigao-davao Coastal Rd. Contract Location : Hinatuan, Surigao Del Sur Brief Description : Retrofitting/ Strengthening Of Permanent Bridges Approved Budget For The Contract (abc) : Php 14,700,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 125 Calendar Days Contract Id : 25ni0038 Contract Name : Construction Of School Building, Barcelona Central Elementary School, Barcelona, Lingig, Surigao Del Sur Contract Location : Barangay Barcelona, Lingig, Surigao Del Sur Brief Description : Construction Of School Building Approved Budget For The Contract (abc) : Php 9,950,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 137 Calendar Days Contract Id : 25ni0039 Contract Name : Construction Of School Building, Greenfield Elementary School, Sta. Juana, Tagbina, Surigao Del Sur Contract Location : Sta. Juana, Tagbina, Surigao Del Sur Brief Description : Construction Of School Building Approved Budget For The Contract (abc) : Php 9,950,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 127 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.) Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Contract Id 25ni0036, Small B For Contract Id 25ni0037-25ni0039. 4.) Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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. 5.) Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6.) A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 11, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount 25,000.00 For The Bidding Documents Of Contract Id 25ni0036-25ni0037, 10,000.00 For The Bidding Documents Of Contract Id 25ni0038-25ni0039. 7.) The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo, Which Shall Be Open To Prospective Bidders. 9.) Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10.) Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_surigaodelsur2@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11.) All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12.) Bid Opening Shall Be On February 11, 2025 At 10:00 A.m. At The Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo. 13.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14.) For Further Information, Please Refer To: Rosanna M. Siega Head, Procurement Unit Surigao Del Sur 2nd District Engineering Office Bislig City Telefax (086) 853 – 4308 Email Address: Siega.rosanna@dpwhnet.gov.ph 15.) You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_surigaodelsur2@dpwh.gov.ph Armando R. Salinas Engineer Iii Chief, Maintenance Section Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 9.9 Million (USD 169.8 K)
6141-6150 of 9976 active Tenders