Website Tenders

Espo Tender

Others
United Kingdom
Description: Preliminary Market Engagement (pme) Notification - This Is For A Preliminary Market Engagement (pme) Where The Tender Documentation Is Not Yet Available. However, Interest (expressions Of Interest) Can Be Registered Here (if Not Already Completed), And Please Refer To The Uk2: Preliminary Market Engagement Notice For Further Details On The Engagement Process Being Undertaken (including A Request For Information And Associated Deadline For The Return Of This - See 'https://www.find-tender.service.gov.uk/notice/030534-2025' - The Expression Of Interest Window May Be Kept Open Beyond Both The Request For Information And Overall Anticipated Engagement Deadline). Please Access The Messages Area/section On The Activity Dashboard (once An Expression Of Interest Has Been Completed) For Any Further Communications For This Preliminary Market Engagement, Including The Request For Information (rfi) Documentation (and The Response Deadline). Note: If You Are Unable To Complete An Expression Of Interest, This Is Likely To Be Due To This Having Already Been Completed/registered. Please Check Your Activities Area In This Case (or Otherwise Contact Proactis Supplier Support For Any Other System Related Questions). And In Case Of Any Further Queries/questions On This Pme/opportunity, These Must Be Received Via The Messages Area/section Of This Eprocurement Portal Only (as Also Stated Below). Espo Is Looking To Establish A National Framework Agreement For The Supply Of 'shelf-ready' Stock To Libraries, Serviced To Individual Specification, Including Associated Services. The Duration Of The Framework Agreement Is Expected To Be For 2 Years (24 Months), With The Option To Extend For Up To A Further 2 Years (24 Months). The Total Estimated Value Stated Includes The Option Period. Potential Bidders Will Not Be Prejudiced By Any Participation Or Failure To Participate To This Preliminary Market Engagement Exercise And Should Note That A Response To This Preliminary Market Engagement Exercise Does Not Guarantee An Invitation To Participate In This Or Any Future Procurement That Espo May Conduct. Note: For Any Questions Relating To The Operation Of The Portal Itself, Procontract, These Should Be Submitted To Proactis, And The Following Links (url's) Can Be Used For This For Supplier Support And System Technical Queries: Https://www.proactis.com/uk/support-login/ Or Via Https://suppliersupport.proactisservicedesk.com/. Otherwise, Any Questions Relating To This Pme Should Be Submitted To Espo By Accessing The Messages Area/section On The Activity Dashboard Screen Once An Expression Of Interest Has Been Completed. For Further Details On The Procurement Act, Including Registration On The Central Digital Platform, This Can Be Found As Follows: Https://www.gov.uk/government/collections/information-and-guidance-for-suppliers Or Otherwise, Please Refer To The Espo Website As Follows: Https://www.espo.org/the-procurement-act-2023
Closing Date14 Nov 2025
Tender AmountGBP 44 Million (USD 60.1 Million)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Pipe Line Project
Corrigendum : Closing Date Modified
United States
Description: Presolicitation Notice april 17, 2025 this Notice Is Provided For Information Only: This Synopsis Is Only A Notification That A Solicitation Is Anticipated And Forthcoming. contracting Officer Address: 700 W Capitol Avenue, Little Rock, Ar 72201 contract Award / Solicitiation Number: W9127s25ra003 title: Pine Bluff Waterline Replacement description: Us Army Corps Of Engineers (usace) – Little Rock District (ceswl) In Support Of The Pine Bluff Arsenal Announces Its Intent Solicit For The South Side Waterline System Replacement. the Product Service Code Is Zine (maintenance Of Water Supply Facilities) And Naics Code Of 237110 (water And Sewer Line And Related Structures Construction), Size Standard Of $45 Million. the Current Pba South Side Waterline System Consists Mostly Of Asbestos Cement And Cast-iron Pipes Which Have Been In Service Since 1942-1959, And It Is Beyond Service Life And Unable To Operate As Designed. The System Shall Be Upgraded And Replaced Including Piping, Valves, Hydrants, And Other Appurtenances. The System Currently Serves An Active Installation With Approximately 350,000 Gallons Per Day Through A Distribution System, And As Such The System Will Be Kept Operational To Support The Mission While The Project Is Underway. When The New System Is Fully Operational, The Old System Will Be Removed From Service And Abandoned In Place. the New System Is Not To Connect To Any Existing Mains Or Laterals Except At Facility Entrances And Appurtenance Connections. The New System Should Be Capable Of Providing Water At A Pressure And Quantity In Accordance With The Applicable Codes For Domestic Demands And Fire Demands. The New System Shall Be Designed To Provide All Existing Fire Pumps With Adequate Flow And Pressure In Accordance With The Pumps’ Original Design Criteria. The South Side System Consists Of Approximately 14,339 Linear Feet (lf) Of 16” Pipe, 3,934 Lf Of 12” Pipe, 36,139 Lf Of 10” Pipe, 100,240 Lf Of 8” Pipe, 21,152 Lf Of 6” Pipe, 1,591 Lf Of 4” Pipe, 5,271 Lf Of 3” Pipe, 32,032 Lf Of Pipe Less Than 2”, 328 Hydrants, 186 Valves, And Other Appurtenances. the Acquisition Will Be Advertised As A Total Small Business Set-aside. a Two-phased Source Selection Process Will Be Used To Evaluate The Offerors For Award. Awardees Will Be Selected Based On Demonstrated Technical Competence And Qualifications. A Selection Process Will Be Used In Accordance With Far Part 15, Best Value Trade-off Evaluation. The Government Will Evaluate Performance Capability In Accordance With Criteria Described In The Solicitation Documents. the Government Will Post The Solicitation And All Subsequent Amendments To The Government- Wide Point Of Entry (gpe) System Of Award Management (sam) And The Procurement Integrated Enterprise Environment (piee) Web Site Http://www.sam.gov And Www.piee.eb.mil. The Offeror Is Solely Responsible To Obtain This Solicitation And Any Subsequent Amendments Through These Websites. Offerors Are Encouraged To Visit The Websites And Become Familiar With Content And Functionality Prior To The Solicitation Issue Date. Prospective Offerors Must Provide All Information Necessary To Register For Systems Access And To Receive Posting Notifications. offerors Must Be Registered And Have An Active, Valid Registration In The System For Award Management (sam) Database And The Procurement Integrated Enterprise Environment Solicitation Module (piee). Offerors Must Have A Nist Score Recorded In Piee To Be Eligible For Award (https://piee.eb.mil/, To Access Sprs/nist Score ). To Obtain Information On Central Contracting Registration (ccr), Online Representation And Certifications Application (orca), & Excluded Parties List System (epls) And/or How To Register, Visit The Following Web Site: Https://www.sam.gov. contact Point: marcus Mitchell: Marcus.d.mitchell@usace.army.mil Or deborah Oswalt: Deborah.d.oswalt@usace.army.mil estimated Solicitation Issue Date Is On Or About May 2, 2025. Proposals Are Anticipated To Be Due On Or About August 15, 2025. The Proximity Date Of Award Is Anticipated Around Of September 29, 2025.
Closing Date15 Aug 2025
Tender AmountRefer Documents 

Municipality Of Claveria, Misamis Oriental Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Oriental Local Government Unit Of Claveria Invitation To Bid For Adv. No. G25-0026 Supply And Delivery Of Water Tanker Truck Of Lgu-claveria, Misamis Oriental 1. The Local Government Unit Of Claveria, Misamis Oriental, Through The Approved Budget Approved By The Sanggunian Cy 2025 Intends To Apply The Sum Of Php1,800,000.00 Being The Abc To Payments Under The Contract For The Project. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Claveria, Misamis Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 30 Days After The Issuance Of Notice To Proceed. Bidders Should Have Completed, Within The Last 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 Local Government Unit Of Claveria And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 12, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Local Government Unit Of Claveria Will Hold A Pre-bid Conference On June 23, 2025, 1:30 Pm At Mayor’s Conference Room, 2nd Floor New Municipal Hall, Migbanday, Poblacion, Claveria, Misamis Oriental 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 July 7, 2025 At 1:30 In The Afternoon. Late Bids Shall Not Be Accepted. Bids Must Be Submitted By The Bidder’s Duly Authorized Representative (section 25.1 Of Revised Irr Of Ra 9184) And Must Be Duly Received By The Bac. 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 July 7, 2025 At 1:30 In The Afternoon At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Claveria Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Socorro A. Dongallo Bac Secretary Bids And Awards Committee Sitio, Migbanday, Poblacion, Claveria, Mis. Or. Bacofficelguclaveria@gmail.com +63 917 1367 185 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph Sgd. Engr. Rolando M. Alfanta Bac Chairman
Closing Date7 Jul 2025
Tender AmountPHP 1.8 Million (USD 31.8 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Commercial Solutions Opening (cso) n00164-25-s-c001 naval Surface Warfare Center, Crane Division (nswc, Crane) the Procedures Outlined In This Cso Apply To Areas Of Interest Posted Under N00164-25-s-c001 objective: This Announcement Is Intended To Enable The Rapid Selection Of Innovative Commercial Solutions Through A Three-phased, Competitive Process. Including Commercially-available Technologies Fueled By Commercial Or Strategic Investment, Concept Demonstrations, Pilots, And Agile Development Activities That Can Incrementally Improve Commercial Technologies, Existing Government-owned Capabilities, Or Concepts For Defense Application. section 1 – Introduction 1.1 Background And Authority nswc Crane’s Mission Is To Deliver Innovative Solutions And Readiness To The Nation And Its Warfighters Through Application Of Technical Capabilities; Advance All-domain System Of Systems Within The Mission Areas Of Expeditionary Warfare, Strategic Missions, And Electromagnetic Warfare; Conduct Science And Technology, Research, Development, Test And Evaluation, Acquisition And In-service Engineering Across The Defense Lifecycles. to Achieve These Mission Imperatives, Nswc Crane Regularly Partners With Private Industry Using A Variety Of Collaborative Tools In Order To Streamline The Incorporation Of Innovative Technology Into The Products And Services Delivered To The Warfighter. to Accelerate The Adoption Of Advanced Technology, Curate Solutions To Technology Gaps, And Lead Rapid Prototyping Nswc Crane Issues This Commercial Solutions Opening (cso) As Authorized By 10 U.s.c. 3458 For The Acquisition Of Innovative Commercial Products Or Commercial Services Through The Use Of A General Solicitation. in This Context “innovative” Means— any Technology, Process, Or Method, Including Research And Development, That Is New As Of The Date Of Submission Of A Proposal; Or any Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date. nswc Crane Is Seeking Innovative Commercial Solutions Relevant To The Following Areas Of Technological Exploration: • Expeditionary Warfare guided By The National Defense Strategy, Nswc Crane Recognizes The Priorities And Threats Shifted To The Pacific. Nswc Crane’s Efforts Must Counter The Multi-domain Threats And Deter Aggression Posed In The Indo-pacific Region. This Reinforces The Need Of A Joint Force That Is Even More Lethal, Resilient, Agile And Responsive. Autonomous Solutions With A Focus On Payload And Sensor Integration To Enhance Detection, Tracking, Identifying, Decision Making, Maneuver And Kinetic/non-kinetic Engagement Capabilities For Multi-domain, Uncrewed And Counter-crewed Systems Are A Strategic Priority. Expeditionary Warfare Development’s Heritage Has Been And Continues To Focus On Rapid Prototyping And Proven Solutions Supporting The Evolving Needs Of The Expeditionary Force. • Strategic Missions as The Navy’s Primary Organic Field Activity For Full Life Cycle Management Including Hardware, Ordnance And Power Systems, Nswc Crane Applies The Distinct Capabilities Inherent To Its People And Facilities To Assure 100% Operational Readiness Of Strategic Missile Systems. Fleet Readiness And Modernization And Hypersonics Are A Top Priority Of The Navy And Dod. These Strategic Priorities Require Collaboration Between The Navy, Air Force, And Missile Defense Agency To Align Appropriate Requirements, Technology Development, Rapid Prototyping, Production, Sustainment And Protection Activities Of Ballistic Missile Systems To Enable Affordability, Advance Technology And Reduce Program Risks To Modernize The Nuclear Enterprise To Defeat Emerging Threats Worldwide. • Electromagnetic Warfare nswc Crane’s Spectrum Warfare Department Is The Largest Concentration Of Electronic Warfare Experts In The Dod. Nswc Crane Provides Non-kinetic Expertise And Electromagnetic Spectrum Dominance To All The Services. Electromagnetic Spectrum Operations (emso) Is A Strategic Priority Due To The Increasingly Congested, Contested And Constrained Environments. Nswc Crane Supports Multidomain Integrated Solutions Through Multispectral Capabilities Utilizing Technology Development, Rapid Prototyping, Production And Sustainment. pursuant To Dfars 212.7002, Nswc Crane Will Only Use This Cso To Obtain Innovative Solutions Or Potential Capabilities That Fulfill Requirements And To Close Capability Gaps, Or Provide Potential Innovative Technological Advancements. All Products And Services Acquired Using This Cso Will Be Treated As Commercial Products Or Commercial Services, Awarded On A Fixed-price Basis. in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 206.10270, This Announcement Is A Competitive Selection Of Proposals Based On A Review By Scientific, Technological, Or Other Subject-matter Expert Peers And Is A Competitive Procedure. As A Result Of The Competitive Processes Used Under This Cso Announcement, Multiple Awards May Be Executed. The Methods Utilized To Execute Awards Include: Farbased Contract, Purchase Order, Other Transaction Agreement (ota), And/or Bailment Agreement. under The Authority Of 10 U.s.c. 4022, Nswc Crane May Award An Other Transaction Agreement (ota) To Vendors To Carry Out Prototype Project(s) Directly Relevant To Enhancing The Mission Effectiveness Of Personnel Of The Department Of Defense Or Improving Platforms, Systems, Components, Or Materials Proposed To Be Acquired Or Developed By The Department Of Defense, Or To Improvement Of Platforms, Systems, Components, Or Materials In Use By The Armed Forces. under The Authority Of 10 U.s.c. 4023, Nswc Crane May Procure (by Contract Or Otherwise) Ordnance, Signal, Chemical Activity, Transportation, Energy, Medical, Space-flight, Telecommunications, And Aeronautical Supplies, Including Parts And Accessories, And Designs Thereof, That The Secretary Of Defense Or The Secretary Concerned Considers Necessary For Experimental Or Test Purposes In The Development Of The Best Supplies That Are Needed For The National Defense. 1.2 General Solicitation And Evaluation Procedures nswc Crane’s Cso Is Soliciting Solution Briefs In Response To Individual Areas Of Interest (aois). Aois Are Focused Topic(s) Categories That Will Be Published Separately And Posted On The Sam.gov Website And The Nswc Crane Public-facing Website. All Solution Briefs Submitted In Response To Aois Will Be Governed By This Cso Unless Otherwise Noted In The Aoi. aois Will Be Written In Broad Terms To Maximize Latitude In Creativity When Approaching A Problem And To Allow For Maximum Participation From Nontraditional Defense Contractors And Interested Parties (entities) Who May Be Unfamiliar With Submitting Traditional Proposals To Government Solicitations. The Government May Post Aois At Any Time. Interested Parties Are Encouraged To Frequently Check The Sam.gov Website And The Nswc, Crane Website For New Aoi Postings. evaluation Of Responses Will Consist Of The Following 3 Phases: 1) Solution Brief, 2) Pitch, And 3) Full Written Proposal – Described In More Detail Here: phase 1 Solution Briefs: Solution Briefs Submitted In Response To An Aoi Shall Be Submitted As Specified In Section 2 Of This Cso. The Government Will Evaluate Solution Briefs Against The Criteria Stated In This Cso. The Government Will Not Pay Entities For The Costs Associated With Solution Brief Submissions. phase 2 Pitch Session: Respondents Whose Solution Briefs Are Evaluated To Be Of Merit May Be Invited To Provide A Pitch Following The Instructions Provided In Section 2.3 Of This Cso. The Government Reserves The Right To Limit The Number Of Parties Invited To Pitch. As Such, A Company’s Solution May Be Evaluated To Be Of Merit, But Not Invited To Pitch. In The Event That The Government Requires A Demonstration, Additional Information Will Be Provided In The Specific Aoi Highlighting Those Procedures, Otherwise Phase 2 Will Be Comprised Solely Of The Pitch. The Government Will Not Pay Entities For Costs Associated With Pitches, Unless Otherwise Stipulated. phase 3 Proposal: Those Entities Whose Solution Brief And Pitch Are Evaluated To Be Of Merit And Are Selected For Potential Award May Be Invited To Submit A Full Written Proposal Following The Instructions Provided In Section 2.4 Of This Cso. The Government Will Not Pay Entities For Costs Associated With The Proposal In Phase 3, Unless Otherwise Stipulated. section 2 – Guidelines For Submission 2.1 General Guidelines unnecessarily Elaborate Brochures Or Proposals Are Not Desired. use Of A Diagram(s) Or Figure(s) To Depict The Essence Of The Proposed Solution Is Strongly Encouraged. companies May Submit Multiple Solution Briefs In Response To Any Single Aoi If Each Submission Represents A Separate And Distinct Concept. the Period Of Performance For Any Solution Brief Or Proposal Submitted Under This Cso Should Generally Be No Greater Than 24-months. technical Data With Military Application May Require Appropriate Approval, Authorization, Or License For Lawful Exportation. all Solution Briefs, Pitches, And Proposals Shall Be Unclassified. Solution Briefs, Pitches, And Proposals Containing Data That Is Not To Be Disclosed To The Public For Any Purpose Or Used By The Government Except For Evaluation Purposes Shall Include The Following Sentences On The Cover Page: “this [select One: Solution Brief, Pitch, Or Proposal] Includes Data That Shall Not Be Disclosed Outside The Government, Except To Non-government Personnel For Evaluation Purposes, And Shall Not Be Duplicated, Used, Or Disclosed -- In Whole Or In Part -- For Any Purpose Other Than To Evaluate This Submission. If, However, An Agreement Is Awarded To This Company As A Result Of -- Or In Connection With – The Submission Of This Data, The government Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Agreed Upon By Both Parties In The Resulting Agreement. This Restriction Does Not Limit The Government's Right To Use The Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets [insert Numbers Or Other Identification Of Sheets]” each Restricted Data Sheet Should Be Marked As Follows: “use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This Proposal.” foreign-owned Businesses May Independently Submit A Solution Or Do So As Part Of A Teaming Arrangement With One Or More United States-owned Businesses. However, The Ability To Obtain An Agreement Based Upon A Submission May Depend Upon The Ability Of The Foreign-owned Business To Obtain Necessary Clearances And Approvals To Obtain Proscribed Information. submissions Must Be Submitted Electronically. submissions Sent Through Other Channels Or After The Aoi Period Has Ended Will Not Be Reviewed Nor Evaluated. solution Briefs That Are Chosen For The Phase 2 Pitch Will Be Notified In Writing As Soon As Practicable. 2.2 Phase 1 Solution Brief phase 1 Solution Brief Content solution Briefs Should Not Exceed Five (5) Written Pages Using 12-point Font. Alternatively, Solution Briefs May Take The Form Of Briefing Slides Which Should Not Exceed Fifteen (15) Slides. Briefs Should Include At A Minimum: title Page (does Not Count Against Page Limit) entity Name, Date, Point Of Contact Name, E-mail Address, Phone, And Address. specifically Identify The Aoi For Which The Solution Brief Is Submitted. executive Summary Of The Technology (one Page) describe The Concept And Unique Aspects Of The Technology As It Relates To The Aoi. identify Whether The Solution Is An Existing Technology That Has Satisfied A Pilot Or Demonstration (ie, Commercially Ready And Viable Technology), Or The If The Solution Will Require Development For Defense Application. if Development Or Adaptation Is Proposed, Identify A Suggested Path To Mature The Technology. identify Aspects Of The Solution Which May Be Considered Proprietary Or Intellectual Property (ip) provide A Brief Overview Of The Company, Including A Summary Of Product Commercialization And Go-to-market Strategy. phase 1 Solution Brief Basis Of Evaluation all Solution Briefs Correctly Submitted In Response To An Aoi Will Be Evaluated Against The Stated Criteria Below. (y/n) The Proposed Innovative Commercial Solution, Technology, Process, Or Method, Is New As Of The Date Of Submission Of A Proposal; Or Is An Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date. relevance Of The Solution Brief In Addressing The Aoi. technical Merit And Feasibility Of The Solution To Address Government Aoi Problem Statement. a Quick, Reasonable, And Efficient Way Exists For The Dod To Test The Innovative Commercial Solution, Within A Specified Duration, Whether Outside Or Integrated Within The Dod Infrastructures Or Networks, As Appropriate. additional Technical Evaluation Criteria Specific To A Particular Project May Be Used. In These Instances, The Additional Criteria Will Be Posted Within The Aoi Announcement On The Sam.gov And The Nswc Crane Public-facing Website. solution Briefs Will Be Evaluated On The Basis Of The Merit Of The Proposed Concept In Addressing The Aoi, Not Against Other Solution Briefs Submitted In Response To The Same Aoi. Additionally, While Not Overtly Stated In Aois, The Government’s Evaluation Will Consider Whether The Proposal Increases The Likelihood Of Accomplishing Nswc Crane’s Mission Focus Areas. all Submissions Will Be Evaluated, However, Only A Select Few Will Be Invited To Pitch. The Government Reserves The Right To Limit The Number Of Entities Invited To Pitch. As Such, A Company’s Solution May Be Evaluated To Be Of Merit, But Not Invited To Pitch. Solution Briefs That Are Chosen For The Phase 2 Pitch Will Be Notified In Writing As Soon As Practicable. 2.3 Phase 2 Pitch phase 2 Pitch Content in Phase 2, Entities Shall Provide An In-person Or Virtual Pitch To Demonstrate And Provide Further Details On Their Proposed Innovative Commercial Solution And The Technical And Business Viability Of The Proposed Solution. The Government May Elect To Use External Market Research During The Pitch To Evaluate Viability. In Addition To The Pitch, The Government, At Its Discretion, May Request For Consideration An Additional Written Submission To Further Supplement The Information Provided In The Phase 1 Solution Brief. During The Phase 2 Pitch, The Company Must Detail/address: estimated Price/schedule rough Order Of Magnitude (rom) Or Pricing anticipated Data Rights Assertions during The Pitch, The Government May Request The Additional Information/detail With Respect To The Information Provided In The Phase 1 Solution Brief. phase 2 Pitch Basis Of Evaluation individual Pitches Will Be Evaluated Against The Following Factors: relevance Of The Pitch In Addressing The Aoi And The Ability Of The Presenter To Adequately Address Government Questions Or Concerns Regarding The Proposed Application Or Use Of The Innovative Commercial Solution. the Solution Has Technical Merit, Adequately & Realistically Addresses Government Need And Can Be Quickly Incorporated Into Dod Systems. reasonableness Of The Rom the Associated Delivery Schedule Is Expeditious And Realistic. individual Pitches Will Be Evaluated On The Basis Of The Merit Of The Proposed Concept In Addressing The Aoi And The Factors Above, Not Against Any Other Pitches Held Under The Same Aoi. Pitch Submissions Will Be Valid For 180 Calendar Days After The Pitch Date. Upon Completion Of Evaluations, The Government Will Notify The Company That: (1) The Proposed Concept/technology/solution Has Been Selected For Possible Award And The Entity Is Invited To Submit A Full Proposal; (2) The Proposed Concept/technology/solution Is Not Of Interest To The Government; Or (3) The Proposed Concept/technology/solution Is Of Interest, But Not Eligible For A Proposal Due To Availability Of Government Resources. if The Proposed Innovative Commercial Solution Is Of Interest, But Not Eligible For A Proposal Due To Availability Of Government Resources, The Company May Be Contacted With A Request To Respond To Proposal Request Within 180 Calendar Days From The Pitch Date. If After 180 Calendar Days From The Pitch Date (or Earlier If Notified By Nswc, Crane), Government Resources Are Not Identified To Formally Move Into Phase 3, The Entity Will No Longer Be Eligible For An Award Under That Particular Aoi. 2.4 Phase 3 Proposal phase 3 Proposal Content the Final Phase Of The Evaluation Process Is The Proposal Request. Based Upon The Evaluation Process Detailed In Phase 1 And 2, The Government May Request A Full Written Proposal. The Entity Will Be Invited To Develop And Submit A Full Written Proposal And Negotiate Appropriate Terms And Conditions. Entities May Discuss Ideas And Questions Related To The Proposal With The Government Poc During The Proposal Writing Process. each Proposal Submitted Shall Consist Of Two Sections: Section 1 Shall Consist Of The Technical Proposal; Section 2 Shall Consist Of The Price/cost/schedule. Proposals Will Be Assessed By Nswc Crane Technical And Contracting Subject Matter Experts. Entities May Propose Their Own Internal Terms And Conditions (e.g., Service License Agreements (sla) And/or User License Agreements (ula)) To Be Considered During Negotiations With The Government. Note, There Are Certain Terms And Conditions The Government Is Unable To Accept. Awards Made Under This Authority Will Only Be Issued As Fixed Price Awards In Accordance With Dfars 212.7002(b). However, Projects Awarded Through The Cso Are Flexible To Adopt Customary Industry Standards Where It Is Otherwise Legal And Where It Meets The Government’s Needs. at A Minimum, Written Proposals Must Contain: title Page company Name, Point Of Contact Name, Date, E-mail Address, Phone, And Address And Any Subcontractors Or Team Members. Include An Abstract Which Provides A Concise Description Of The Proposal. description Of The Proposed Innovative Commercial Solution background And Objectives Of The Proposed Solution, Deliverables, And Resources Needed To Execute. Include The Nature And Extent Of The Anticipated Results. Include Ancillary And Operational Issues Such As Certifications, Algorithms, And Any Engineering/software Development Methodologies To Be Used. if Services, Include A Statement Of Work (sow). provide A Detailed Project Schedule That Outlines The Various Phases Of Work To Be Accomplished Within The Proposed Period Of Performance. You May Refer To The Solution Brief That Prompted This Proposal Request, But Do Not Duplicate It. identify Any Government Material, Equipment, Data, Or Other Items Necessary. phase 3 - Price Proposal the Entity Shall Propose A Fixed Price For The Item Or Service And Provide Any Data Or Supporting Information Necessary For The Determination Of A Fair And Reasonable Price. This Can Include, But Is Not Limited To, Commercial Price Catalog Or Other Proprietary Information To Help The Government Assess The Proposed Price. additionally, If Proposing An Ot, While Not Required To Be Specifically Addressed In The Proposal (with The Exception Of The 1/3 Cost-share Requirement, If Applicable), The Government Will Review The Proposal To Determine If The Following Ot Statutory Requirements Are Met: fits The Definition Of A Prototype meets Non-traditional Participation/cost Share Requirement: Non-traditional Defense Contractor Contributes To A Significant Extent Or Not; If Not, 1/3 Cost Share Implementation Is Addressed defense Utility: Solution Is Applicable To A Dod Platform, System Or Component section 3 – Awards 3.1 General Guidelines upon Favorable Review And Available Funds, The Government May Choose To Make An Award. Only Warranted Contracting Officers Or Agreements Officers May Obligate The Government By Entering Into Or Modifying A Binding Agreement On Behalf Of The Government. awards Made Under This Cso Will Be Fixed Price. Contract Type Will Be Determined During Phase 3. Multiple Awards May Be Made To Pursue Similar Or Dissimilar Solutions Should They All Meet The Technical Criteria, Be Selected For Award, And If Funds Are Available. entities Must Have A Duns And Cage Code Registered In The System For Award Management (sam) To Receive Award. Companies Are Advised To Commence Sam Registration Upon Receipt Of A Proposal Request. awardees Must Be Determined To Be Responsible By The Contracting Or Agreements Officer And Must Not Be Suspended Or Debarred From Award By The Federal Government Nor Be Prohibited By Presidential Executive Order And/or Law From Receiving Award. receipt Of A Proposal Request Does Not Guarantee Receipt Of Award. The Government Reserves The Right, At Any Point Prior To Award, To Cancel The Request. upon Award, Awardees Must Register In The Prescribed Government Invoicing System (e.g. Wide Area Work Flow). 3.2 Comptroller General Access To Information in Ot Projects That Provide For Payments In A Total Amount In Excess Of $5,000,000, The Agreement Will Include A Mandatory Clause That Provides For The Comptroller General The Ability To Examine The Records Of Any Party To The Agreement Or Any Entity That Participates In The Performance Of The Agreement. 3.3 Procurement Integrity Act (pia) all Awards Under This Cso Shall Be Treated As Federal Agency Procurements For Purpose Of 41 U.s.c. Chapter 21. Accordingly, The Cso Competitive Solicitation Process And Awards Made Thereof Must Adhere To The Ethical Standards Required By The Pia. section 4 - Iterative Prototyping as It Is The Mission Of Nswc Crane To Enable Access To Commercially-derived Disruptive Capabilities Across The Entirety Of The Dod Enterprise, Prototype Otas Awarded Against This Cso Will Allow For An Iterative Prototyping Process. an Iterative Prototyping Process Will Allow The Government To Modify, By Mutual Agreement, The Work In A Prototype Project To Allow The Adaptation And Modification Of The Technology Being Prototyped To Meet Additional Unique And Discrete Purposes/mission Sets. These Additional Unique And Discrete Purposes/mission Sets Can Be Generated By The Original Government Customer Or Originate With Other Organizations Within The Federal Government. section 5 – Follow-on Production upon Successful Completion Of A Prototype Project Under The Ota, The Government May Negotiate A Follow-on Production Contract Or Agreement Without Further Competition. Any Concept/technology/solution Successfully Proven Through A Prototype Ota Can Be Transitioned To Production. Aois Posted By The Government Under This Cso And Prototype Otas Awarded Will Include Language Providing For The Potential Award Of A Follow-on Production Contract Or Agreement As Authorized Under 10 U.s.c. § 4022 Individual Aois And Cso Prototype Otas Will Explicitly Identify Follow-on Prototype Otas As A Potential Outcome Of A Successful Prototyping Effort. section 6 Successful Completion a Transaction For A Prototype Project Is Complete Upon The Written Determination Of The Appropriate Approving Official (program Manager And Agreement Officer) For The Matter In Question That Efforts Conducted Under A Prototype Ota: (1) Met The Key Technical Goals Of A Project; (2) Satisfied Success Metrics Incorporated Into The Prototype Ota; Or (3) Accomplished A Particularly Favorable Or Unexpected Result That Justifies The Transition To Production. furthermore, Successful Completion Can Occur Prior To The Conclusion Of A Prototype Project To Allow The Government To Transition Any Aspect Of The Prototype Project Determined To Provide Utility Into Production While Other Aspects Of The Prototype Project Have Yet To Be Completed. Any Prototype Ota Shall Contain A Provision That Sets Forth The Conditions Under Which That Prototype Agreement Must Be Successfully Completed. section 7 – Non-government Advisors non-government Advisors May Be Used In The Evaluation Of Solution Briefs, Pitches And During Proposal Development And Negotiations. Non-government Advisors Will Have Signed Non-disclosure Agreements (ndas) With The Government. Companies May Enter Into Specific Ndas Directly With The Non-government Advisors Or Their Corporate Entities. Submission Of An Offer Under This Cso Will Constitute A Grant Of Authority By The Submitting Company To The Government To Allow The Use Of Non-government Advisors To Participate In Evaluations Of All Phases Of The Cso Process. The Government Understands That Information Provided In Response To This Cso Is Presented In Confidence And May Contain Trade Secret Or Commercial Or Financial Information, And It Agrees To Protect Such Information From Unauthorized Disclosure To The Maximum Extent Permitted Or Required By Law, To Include: 18 U.s.c. 1905 (trade Secrets Act); 18 U.s.c. 1831 Et Seq. (economic Espionage Act); 5 U.s.c. 552(b)(4) (freedom Of Information Act); executive Order 12600 (pre-disclosure Notification Procedures For Confidential commercial Information); And, any Other Statute, Regulation, Or Requirement Applicable To Government Employees. nswc, Crane Policy Is To Treat All Submissions As Source Selection Sensitive Information, And To Disclose Their Contents Only For The Purpose Of Evaluation. Restrictive Notices Notwithstanding, During The Evaluation Process, Submissions May Be Handled By Support Contractors For Administrative Purposes And/or To Assist With Technical Evaluation. All Nswc, Crane And Dod Support Contractors Performing This Role Are Expressly Prohibited From Performing Nswc, Crane-sponsored Technical Research And Are Bound By Appropriate Ndas. submissions Will Not Be Returned. The Original Copy Of Each Submission Received Will Be Retained At Nswc, Crane And All Other Non-required Copies Destroyed. A Certification Of Destruction May Be Requested, Provided The Formal Request Is Received At This Office Within 5 Calendar Days After Notification That A Proposal Was Not Selected.
Closing Date12 Mar 2028
Tender AmountRefer Documents 

Politie Tender

Services
Others
Netherlands
Details: Title: Dynamisch Aankoopsysteem Categorie Communicatie description: De Politie Huurt Via De Inhuurdesk Politie Tijdelijk Personeel In En Beoogt Hiermee Een Diversiteit Aan Aanbieders Aan Te Spreken, Ongeacht De Organisatievorm. De Inhuurdesk Politie Wordt Gepubliceerd Als Dynamisch Aankoopsysteem Op Grond Van De Aanbestedingswet 2012. Vanaf 18 April 2016 Geldt Hiervoor De Richtlijn Betreffende Het Plaatsen Van Overheidsopdrachten (2014/24) En Daarmee Zal De Inhuurdesk Onder Het Regime Van Die Richtlijn Vallen. Deze Categorie Betreft De Tijdelijke Inhuur Van Communicatie Personeel. Om In Aanmerking Te Komen Voor Toekomstige Opdrachten Kunnen Leveranciers Een Verzoek Tot Toelating Indienen Voor Deze Categorie. Dit Is Mogelijk Op De Website Www.inhuurdeskpolitie.nl. 'communicatie Verbindt De Politie Met De Samenleving, Vergroot De Burgerbetrokkenheid En Draagt Rechtstreeks Bij Aan Het Vergroten Van De (subjectieve) Veiligheid En Het Opsporen Van Misdrijven’. De Kolom Communicatie Ondersteunt De Organisatie Vanuit Drie Afdelingen: De Directie Communicatie, De Dienst Communicatie Van Het Politiedienstencentrum (pdc) En De Afdelingen Communicatie Binnen De Eenheden. De Directie Communicatie Bestaat Uit De Afdelingen Media En Publiciteit En Advies En Redactie. Intern Richt Ze Zich Op De Positionering, De Identiteit En Het Merk Politie. Hiertoe Ondersteunt De Directie Onder Andere Processen Op Het Gebied Van Gewenste Cultuur, Gedrag En Leiderschap. Binnen De Directie Verzorgen De Landelijke Woordvoerders De Contacten Met Media Over Landelijke Onderwerpen En Het Beheer Van De Politie. Daarnaast Richt De Directie Zich Op De Reputatie Van De Politie, Relaties Met Stakeholders, Het Primair Proces En De Samenwerking Tussen Politie En Burgers. Ten Slotte Zijn Bij De Directie Communicatie De Activiteiten Belegd Die Nationale Impact Hebben. De Dienst Communicatie Pdc Telt Drie Afdelingen: Account En Advies, Innovatie En Onderzoek En Korpsmedia. De Dienst Communicatie Levert Communicatieadvies Op Landelijke Onderwerpen En Verzorgt De Productie Van De Communicatiemiddelen Die Daaruit Voortvloeien. Voor De Communicatieafdelingen Van De Eenheid Verzamelt En Ontsluit Zij Best Practices. De Dienst Communicatie Fungeert Ook Als Communicatieafdeling Voor De Bedrijfsvoeringsdiensten Van Het Politiedienstencentrum. De Dienst Initieert Innovatie En Vakontwikkeling En Faciliteert Training En Coaching Voor Alle Communicatieprofessionals Binnen De Politie. Verder Verzorgt Zij De Landelijke Redactiefunctie Voor Het Intranet, Politie.nl, Het Personeelsblad, Opsporingscommunicatie En De Social Media-accounts Van De Politie. De Afdelingen Communicatie In De Eenheden Ondersteunen Hun Eenheidsleiding En Zijn Verantwoordelijk Voor De Communicatietaken Die Dicht Bij De Operatie Plaatsvinden. Zo Nemen De Eenheden De Woordvoering Bij Lokale Incidenten Op Zich En Adviseren Zij De Wijkteams Over Communicatie Rondom Lokale Veiligheidsvraagstukken. Ze Werken Hiervoor Binnen De Kaders En Het Beleid Dat Door De Directie Is Opgesteld. De Communicatieafdelingen In De Eenheden Kennen Twee Teams: Media & Publiciteit En Advies & Redactie. Voor De Categorie Communicatie Is De Politie Regelmatig Op Zoek Naar De Professionals, Zoals: • Junior Communicatie Adviseurs • Medior Communicatie Adviseurs • Senior Communicatie Adviseurs • Copywriters • Redacteuren • Woordvoerders Over 2018 En 2019 Is Zijn Er Gemiddeld 20 Uitvragen Per Jaar Uitgezet Voor De Categorie Communicatie. De Politie Is Voornemens De Categorie Te Hanteren Gedurende Een Looptijd Van 5 Jaar, Gerekend Vanaf 21 Maart 2020 Met Een Optie Tot Verlenging Van 2 Maal 12 Maanden.
Closing Date21 Mar 2026
Tender AmountRefer Documents 

SANGGUNIANG KABATAAN NG BARANGAY UGONG PASIG CITY Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Provision Of Materials And Venue For Linggo Ng Kabataan 1. The Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig, Through The Sangguniang Kabataan Annual Budget 2025 Intends To Apply The Sum Of Php 626,300.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Materials And Venue For Linggo Ng Kabataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig Now Invites Bids For Provision Of Materials And Venue For Linggo Ng Kabataan To Be Delivered In Ugong Barangay Hall, Pasig City. Delivery Of The Goods Is Required On August 1, 2025. Bidders Should Have Completed, Within One Week From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information From Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig And Inspect The Bidding Documents At The Address Given Below During 7:00 Am To 4:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On March 12, 2024, From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of 1,000 Php. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig Will Hold A Pre-bid Conference On Ugong Barangay Hall With The Schedule To Be Announced, Which Shall Be Open Only To All Interested Parties. Bids Must Be Delivered To The Address Below On Or Before May 20, 2025 At 4:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Held At Ugong Barangay Hall, Brgy. Ugong, Pasig City With The Schedule To Be Announced. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Bac Chairwoman Guia Isabel D. Benedicto Sangguniang Kabataan Ng Ugong, Lungsod Ng Pasig F. Legaspi St., Barangay Ugong, Pasig City 1604 Mobile No. 09952594161 Email: Skugong2023@gmail.com
Closing Date31 Jul 2025
Tender AmountPHP 626.3 K (USD 11 K)

Cagayan Valley Medical Center Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Wet Market Supplies 1. The Cagayan Valley Medical Center, Through The Raf/igf Of 2025 Intends To Apply The Sum Of Seventeen Million Eight Hundred Forty Thousand And Three Hundred Pesos (php 17,840,300.00) Being The Approved Budget Contract(abc) To Payments Under The Contract For The “supply And Delivery Of Wet Market Supplies” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Cvmc- Bac Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Cvmc Bac Secretariat, 2nd Floor And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Monday To Friday Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 13, 2025 To July 8, 2025 From The Given Address And Website(s) Below Or Sent Through Electronic Mail On Or Before July 8, 2025 Upon Payment Of The Following Documents Fee. The Bidding Documents Fee Shall Be Based From The Total Bid Price As Follows: Total Bid Price Maximum Cost Of Bidding Documents 500, 000 And Below 500.00 More Than 500,000.00 To 1, 000,000.00 1,000.00 More Than 1, 000,000.00 To 5,000,000.00 5,000.00 More Than 5,000,000.00 To 10, 000,000.00 10,000.00 More Than 10, 000,000.00 To 50,000,000.00 25,000.00 More Than 50,000,000.00 To 500,000,000.00 50,000.00 More Than 500,000,000.00 75,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Upon Submission Of The Bids, The Bidders Shall Pay The Bidding Documents Fee. Payment Of The Bidding Documents Fee May Be Made Through Bank Deposit In The Following Account Name And Number: Depository Bank: Land Bank Of The Philippines Account Name: Cvmc Other Trust Fund Account Number: 3702- 1001-18 6. The Cvmc Bac Will Hold A Pre-bid Conference On June 26, 2025 @ 9:00 Am At The Cvmc Bac Office Which Shall Be Open Only To End – Users, Twg, Observers, Members Of The Bac And Secretariat In Compliance With The Hospital’s Infection Control And Preventive Measures. Other Participants Including Prospective Bidders From Outside The Province Who Wish To Join The Activity May Log In To The Link That Will Be Created For The Videoconference Provided, An Intent To Witness Or Participate The Same Shall Be Made At Least One Day Prior To The Said Activity. Zoom Account : 830 926 8876 Passcode : 2dg3uc 7. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Envelopes, Or Two Password- Protected Bidding Documents In Compressed Archive Folders, In Case Of Electronic Bid Submission And Which Shall Be Submitted Simultaneously. Subject Title Of The Electronic Mail For The Online Submission Of The Bidding Document Shall Be The Title Of The Project Supply And Delivery Of Wet Market Supplies. 8. The Password Protected Bidding Document Shall Only Be Opened On The Date Of Scheduled For The Bid Opening. The Password For Accessing The File Will Be Disclosed By The Bidders Only During The Bid Opening Through Teleconferencing, Videoconferencing, Or Similar Technology. Upon Receipt Of The Bids, The Bac Shall Generate A Bid Receipt Page For The Official Time Of Submission Which Can Be Saved Or Printed By The Bidder. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. For Bidders Who Opt To Submit Their Proposal Physically: Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component,” And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component,” Sealing Them All In An Outer Envelope Marked “original Bid.” Each Copy Of The First, And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. 1 - Technical Component” And “copy No. 1 – Financial Component” And The Outer Envelope As “copy No. 1,” Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 9. All Interested Bidders Are Advised To Send Their Bids On Or Before July 8, 2025 At 10:00 In The Morning At Cvmcbacbidding@gmail.com. Late Bids Shall Not Be Accepted. 10. Bid Opening Shall Be On July 8, 2025, 10:00am At The Given Address Below Cvmc Bac Office 2nd Floor And/or Through Video Conferencing Or Webcasting Via Zoom. 11. Original Copies Of The Bid Proposal Shall Be Given By The Lowest Calculated Bidder During The Post Qualification Phase. 12. The Cvmc Reserves The Right To Accept Or Reject Any Bid, And Annul The Bidding Process And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Cvmc.doh.gov.ph For Online Bid Submission: Cvmcbacbidding@gmail.com For Further Information, Please Refer To: Cvmc-bac Secretariat Cagayan Valley Medical Center Dalan Na Pagayaya, Regional Government Center Carig, Tuguegarao City Tel. Nos.:078-302-0000 Local 219 Or Cellphone Nos.: Smart – 0968 534 9967 Globe – 0935 788 5171 Dr. Jose Carlo B. Valencia Chairman
Closing Date8 Jul 2025
Tender AmountPHP 17.8 Million (USD 315.8 K)

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Details: This Broad Agency Announcement (baa), Which Sets Forth By The U.s. Army’s Joint Program Executive Office Armament And Ammunition (jpeo A&a), Office Of The Project Manager Close Combat Systems (pm Ccs), Picatinny Arsenal, New Jersey, Is Issued Under The Paragraph 6.102(d)(2) Of The Federal Acquisition Regulation (far), Which Provides For The Competitive Selection Of White Papers. White Papers Submitted In Response To This Baa And Selected For Award Are Considered To Be The Result Of Full And Open Competition And In Full Compliance With The Provision Of Public Law 98-369, "the Competition In Contracting Act Of 1984" And Subsequent Amendments. proposals And White Papers Shall Be Evaluated Only If They Contain All Technical Requirements, And Show A Functioning System That Can Achieve The Requirement Set Forth By The Pm Ccs. White Papers That Do Not Fully Meet The Requirements Set Forth In This Baa Will Not Be Considered For Award. in Order To Conserve Valuable Offeror And Government Resources, And To Facilitate Determining Whether A White Paper Meets The Guidelines Described Herein, Prospective Offerors Contemplating Submission Of A White Paper Are Strongly Encouraged To Talk With The Ground Obstacle Breaching Lane Neutralizer (gobln) Team During The Industry Day, 4-5 March, Held At The Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, Nj 07856, Or Reach Out To The Gobln Team Poc Listed Below, Before Submitting A White Paper. Note, March 4th Will Primarily Be Briefs With The Potential For Optional One-on-ones With The Gobln Team, And March 5th Will Be The Primary Day For Optional One-on-ones With The Gobln Team. If An Offeror Elects To Submit A White Paper, It Shall Be Prepared In Accordance With The Instructions Contained In Part Ii Of This Document. Upon Receipt Of A White Paper, It Will Be Evaluated, And The Offeror Shall Be Advised Of The Evaluation Results. Offerors Whose White Papers Receive A Favorable Evaluation May Be Contacted To Prepare A Complete Proposal In Accordance With Instructions Contained In Part Iii, Section 3 Of This Document. the Costs Of A White Paper Preparation In Response To This Baa Is Not Considered As An Allowable Direct Charge To Any Award Resulting From This Baa, Or Any Other Award. It May Be An Allowable Expense To The Normal Bid And Proposal Indirect Cost Specified In Far 31.205-18. offerors Submitting Proposals Are Cautioned That Only A Contracting, Agreements, Or Grants Officer May Obligate The Government To Any Agreement Involving Expenditure Of Government Funds. administrative Enquires Regarding This Baa Shall Be Addressed In Writing Via Email To The Contract Specialist, Procurement Office Point Of Contact, Jacqueline Smith: email: Jacqueline.m.smith95.civ@army.mil address: Acc-nj Attn: Jacqueline Smith, Bldg. 9, Acc-nj-et Picatinny Arsenal, Nj 07806-5000 technical Questions Should Be Referred To The Gobln Team Point Of Contact (tpoc), Pm Ccs, Maj Cameron Fulford: email: Cameron.w.fulford.mil@mail.mil address: U.s. Army, Office Of The Project Manager Close Combat Systems Attn: Maj Cameron Fulford, Demolitions And Countermeasures, Sfae-aa-ccs Bldg. 183, Buffington Road Picatinny Arsenal, Nj 07806-5000 (862) 399-6000 this Baa Is Available On The Following Websites: https://piee.eb.mil/ this Baa Is A Continuously Open Announcement Valid Throughout The Period From The Date Of Issuance Through The Expiration Date Stated On The Cover Page Of This Baa Unless Announced Otherwise. Pm Ccs Is Seeking To Award An Initial Contract(s) By 31 July 2025. This Date Is Being Driven Based On A White Paper Submission Of 16 April 2025. However, Any Proposals And White Papers Submitted Prior To This Baa Expiration Date That Are For Development Directed Toward Advancing The Knowledge And Understanding Within Pm Ccs Will Be Accepted For Evaluation And Potential Secondary Contract(s) Award. Amendments To This Baa Shall Be Posted To The Procurement Integrated Enterprise Environment Web Site (https://piee.eb.mil/) And Published At The Above Websites When They Occur. Interested Parties Are Encouraged To Periodically Check These Websites For Updates And Amendments
Closing Date31 Dec 2025
Tender AmountRefer Documents 

ARMY AIR FORCE EXCHANGE SERVICE AAFES USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Kadena Air Base, Okinawa, Japan - Navy Exchange Services Command (nexcom) Navy Gateway Inns And Suites (ngis) Central Lodging Project project Number: 3784-23-000003 this Project Will Construct A New 7-story 201 Guest Room Lodging Facility With Fitness Center, Conference Room, Micro Mart, Self-service Laundry On Each Floor Including Centralized Housekeeping, Entry Porte-cochere, Entry Lobby And Site Improvements. Project Also Includes Demolition Of Two Building Foundations From The Previous Buildings That Were On The Site. in Order To Participate In This Solicitation, Please Refer To Link Provided. Any And All Amendments Will Be Posted On Our Website, And Must Be Acknowledged, When Submitting A Proposal. https://odin.aafes.com/constructionsolicitations/
Closing Date23 Jul 2025
Tender AmountRefer Documents 

MUNICIPALITY OF TAGUDIN Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Scale-up Invitation To Bid For The Establishment Of Tagudin Slaughterhouse Identification No. Prdp-su-ib-r001-ils-004-tag-001-2024-vci-r1 Loan No. 9577-ph June 6, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Establishment Of Tagudin Slaughterhouse / Prdp-su-ib-r001-ils-004-tag-001-2024-vci-r1 2. The Municipal Government Of Tagudin, Ilocos Sur, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Establishment Of Tagudin Slaughterhouse. Completion Of The Works Is Required By 465 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Estimated Project Cost For This Project Is Eighty-two Million Four Hundred Fifty Thousand Pesos (php82,450,000.00). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office 1 At Da Rfo 1, Aguila Road, Sevilla, San Fernando City, La Union And At The Prdp Project Support Office North Luzon A Cluster With Address At Sto. Niño City Of San Fernando, Pampanga And At The National Project Coordination Office (npco) With Address At Elliptical Road, Diliman, Quezon City From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting June 6, 2025 From The Bids And Awards Committee Of The Municipal Government Of Tagudin, Ilocos Sur With Address Below, Prdp Rpco 1 Or Prdp Pso North Luzon A Cluster And Upon Payment Or Depositing To The Municipality Of Tagudin, Ilocos Sur - Landbank Account Number 3972-1000-39 A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt, The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Digital Payment Serves As The Proof Of Payment. Digital Payment Shall Mean Payment Using The Likes Of Paymaya, Iaccess, Smart Money, Gcash, Coins.ph And Other Means Of Digital Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://drive.google.com/drive/folders/147bmdstgowspn51iwsmrf2zjwa0y4ika?usp=drive_link. As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 6. The Municipal Government Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On June 25, 2025 At 10:00 A.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur With The Invitation Link Https://us02web.zoom.us/j/86326748458?pwd=iu98qrr6yykyu7egvmy4vbf38d0jdz.1 Which Shall Be Open To All Interested Parties. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before July 8, 2025 At 10:00 A.m. At 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur. All Bids Must Be Accompanied By A Bid Securing Declaration. 8. Bids Will Be Opened On July 8, 2025 At 10:00 A.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Brgy. Rizal, Tagudin Ilocos Sur, With Invitation Link Https://us02web.zoom.us/j/88593046508?pwd=3vlksspxhmvzkzgltdaxerwb6yycwr.1 Which Shall Be Open To All Interested Parties. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Government Of Tagudin, Ilocos Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Enp. Arlyn P. Garlejo Bac Secretariat, Head Municipal Government Of Tagudin, Ilocos Sur 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Email Add: Lgutagudinbac_asap@yahoo.com Tel. No. (077) 652 1740 Marina I. Balicoco Chairperson, Bids And Awards Committee Municipal Government Of Tagudin, Ilocos Sur
Closing Date8 Jul 2025
Tender AmountPHP 82.4 Million (USD 1.4 Million)
611-620 of 889 active Tenders