Website Tenders

Website Tenders

DEFENSE LOGISTICS AGENCY USA Tender

United States
Details: Solicitation Number Spe4a525r0108 solicitation Will Result In A Commercial Firm Fixed Price Contract Iaw Far Part 13.5. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation. The Solicitation Date Is Anticipated To Be On Or About March 11, 2025. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. From The Dibbs Homepage, Select "requests For Proposal (rfp) / Invitation For Bid (ifb)" From The Menu Under The Tab "solicitations." Then Search For And Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors. nsn: 9150016508962. Grease, Aircraft. Terms Are Fob Destination, Inspection And Acceptance At Destination. Qcc Of Daj. This Is Not A Critical Safety Item (csi). This Item Is Hazardous. Sds And Hwl Required. This Has Been Identified As An Federal Aviation Administration (faa) Item Being Used On Commercial Certified Aviation Aircraft. Material Is To Be New And Unused. Surplus Is Not Accepted. Requested Delivery Of 40 Days Aro. This Nsn Is Commercial And Will Utilize Solicitation And Award Procedures Iaw Far 13.5. This Will Be Solicited As A Total Small Business Set Aside.
Closing Date10 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Details: Presolicitation Notice presolicitation Notice page 3 Of 3 presolicitation Notice *=required Field presolicitation Notice page 1 Of 3 this Opportunity Is Available Only To Service-disabled Veteran-owned Small Businesses. The G.v. (sonny) Montgomery Va Medical Center, Jackson, Ms, Has A Requirement Titled "design & Build Aboveground Storage Fuel Tank Installation For Project Number 586-25-100. This Acquisition Will Be Solicited Pursuant To The Veterans' First Public Law 109-461 As A 100% Service-disabled Veteran-owned Small Business Set-aside (sdvosb). Please Do Not Send Questions To This Notice As It Is Only A Pre-solicitation Notice. Questions Will Be Accepted Only After The Solicitation Has Been Published. the G.v. (sonny) Montgomery Va Medical Center Located At 1500 East Woodrow Wilson Avenue, Jackson, Ms, Has A Requirement For The Design And Construction Of A New Aboveground Storage Fuel Tank To Increase Capacity Of Fuel For The Boilers. the Construction And Design Team Final Cost Included Shall Include All Labor, Materials, Tools, Equipment, Professional Fees, Administration, Supervision, And Transportation As Necessary To Perform All Work In Accordance With The Selected Design Concept. This Final Cost Shall Provide A Complete And Fully Functional Fuel Storage Tank. the Scope Of Work For This Rfp At The Jackson Va Sonny Montgomery Medical Center Includes But Not Limited To The Following: 1.) Evaluation And Removal Of Existing Aboveground Fuel Tank With Established Construction Limits To Include, But Not Limited To, Architectural, Mechanical, Electrical, And Plumbing. 2.) Modernization/upgrade Of Mep/safety Components For Existing Underground Fuel Tank (to Remain) And New Tank To Include All Necessary Mep/safety Components. 3.) Professional Design And Construction Services For A New Aboveground, Vertical Fuel Tank. The New Aboveground, Fuel Vertical Tank Shall Be A Minimum Of 35,000 Gallons. 4.)contractor Responsible For Ensuring That Both Tanks (aboveground & Underground) Are Equipped And Include, But Not Limited The Following: Electronic Leak Detectors, Automatic System For Monitory/measuring Fuel Levels (both Audible & Visual), And Recirculation Filtering Systems. 5.) Contractor Responsible For Adhering To All Government Codes And Regulations As It Relates To Safety (til,deq,epa, Etc.) During The Construction Services. electronic Portable Document Format (.pdf) Copies Of Drawings And Specifications To This Work Will Be Furnished By Va Upon Contractor S Written Request To The Contracting Officer (co). Hard Copies Of Sow, Drawings, And Specifications Must Be The Contractor S Responsibility And Expense. Contractor Is Responsible To Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The G.v. (sonny) Montgomery Va Medical Center, Jackson, Ms 39216. The Period Of Performance Will Be 180 Calendar Days From The Notice To Proceed. solicitation Documents, Including Specifications And Drawings, Will Be Available Electronically On Or About March 14, 2025, On This Website. Hard Copies Will Not Be Mailed. The Solicitation Will Be Issued As A Request For Proposals (rfp). Interested Parties Are Strongly Encouraged To Register To Receive Notification Of Actions Including Posting Of The Solicitation And Any Amendments. Additionally, Offerors Are Advised To Check The Site Frequently As They Are Responsible For Obtaining Amendments To The Solicitation Notice. a 90-day Proposal Acceptance Period Will Be Required. A Bid Bond Must Be Submitted With The Proposal. Performance And Payment Bonds Will Be Required From The Contractor Receiving The Award. The Magnitude Of Construction Is Between $100,000 And $250,000. North American Industrial Classification Standard (naics) Code Assigned To This Construction Project Is 236220 With A Small Business Size Standard Of $45 Million In Average Annual Receipts For The Past Three (3) Years. Offerors Shall Be Registered With Vetcert At Https://veterans.certify.sba.gov And In The System For Award Management (sam) Database At Www.sam.gov . Offerors Shall Be Registered With The Naics Code Assigned To This Acquisition. end Of Document
Closing Date10 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

United States
Description: This Is A Combined Synopsis/solicitation For Non-commercial Supplies Prepared In Accordance With Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. Naval Surface Warfare Center Indian Head Division (nswc Ihd), Located In Indian Head, Maryland Intends To Award A Firm Fixed Price (ffp) Purchase Order Using Simplified Acquisition Procedures For: Retaining Spring. This Solicitation Will Be Competed As Full And Open. This Announcement Constitutes The Only Solicitation. Proposals Are Being Requested Under Request For Proposals (rfp) No. N0017425q0024. The Naics Code Is 332613 And The Business Size Standard Is 600 (# Of Employees). The Provisions And Clauses Included And/or Incorporated In This Solicitation Document Are Those In Effect Through The Federal Acquisition Circular. This Rfp Incorporates All Provisions And Clauses In Effect Through Federal Acquisition Circular Fac 2020-01 And The Defense Federal Acquisition Regulation Supplement (dfars) Dpn 20190531. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote, Conforming To The Solicitation That Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Government Intends To Evaluate All Timely Quotes Received From Eligible Vendors On A Lowest Price Technically Acceptable (lpta) Basis. The Government Intends To Evaluate Quotations And Award A Contract Without Discussions With Bidders. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. evaluation Factors (in Order Of Importance) technical – Quotes Must Reflect The Required Specifications Included In The Rfq And Pws. price – Quotes Must Include All Applicable Costs. in Order To Submit A Proposal, Technical Drawings Must Be Requested. technical Drawings: this Procurement Includes Unclassified Controlled Technical Information Assigned A Restricted Distribution Statement Which Is Export Controlled. To Receive This Unclassified Controlled Technical Information, An Offeror Must Be Currently Certified Through The United States/canada Joint Certification Program. To Become Certified For Receipt Of The Technical Documents, A U.s. Offeror Must Submit A Completed Dd Form 2345 To The U.s./canada Joint Certification Office. Canadian Offerors May Submit Either A Completed Dd Form 2345 Or Dss-mas 9379 For Certification. In Addition, A Copy Of The Company's State/provincial Business License, Incorporation Certificate, Sales Tax Identification Form Or Other Documentation Which Verifies The Legitimacy Of The Company Must Accompany All Dd Form 2345s. Additional Information On The Joint Certification Program And A Checklist For Completion Of The Dd Form 2345 Is Available At The Following Website: http://www.dla.mil/hq/informationoperations/offers/products/logisticsapplications/jcp/. offerors Are Encouraged To Apply For Certification As Early As Possible In Order For Processing And Receipt Of Information To Be Completed In Sufficient Time To Prepare A Proposal Before Solicitation Closing. if Interested, Technical Drawings Need To Be Requested By Contractor Prior To Submission Date. Itar Certification Is Required To Be Provided Prior To Technical Drawing Release. Drawing Requests Must Be Made Via Email To Ardelle.v.knight.civ@us.navy.mil, Tuesday, 04 March 2025 10:00 Am Est. questions/clarification Regarding This Solicitation Must Be Submitted Via Email To Ardelle.v.knight.civ@us.navy.mil, By Tuesday, 04 March 2025 10:00 Am Est. 10:00 Am Est. All Responses Will Be Provided Cob Thursday, 06 March 2025. quote Packages Are Due By Tuesday, 11 March 2025 10:00 Am Est. Late Quotes Will Not Be Considered. Please Fill In Clauses In Rfq As They Apply To Your Business. Quote Packages Shall Be Sent To Ardelle.v.knight.civ@us.navy.mil, And Contain A Cover Sheet That Provides The Following Information: 1. Official Company Name; 2. Point Of Contact Including Name And Phone Number; And 3. Duns Number And Cage Code.
Closing Date11 Mar 2025
Tender AmountRefer Documents 

FOREST SERVICE USA Tender

United States
Details: This Is A Pre-solicitation Notice Announcement Only. This Pre-solicitation Notice Is Being Posted To The Government-wide Point Of Entry (gpe) Website, (sam.gov) In Accordance With Federal Acquisition Regulation (far) 5.204, Pre-solicitation Notices. This Pre-solicitation Notice Is Prepared In Accordance With Far 5.207(a). the United States Department Of Agriculture (usda) Forest Service, Property And Procurement Services (pps), Incident Procurement Operations (ipo) Intends To Issue A Request For Quotation (rfq) For Mental Health Professionals, Clinician Services In Support Of The National Critical Incident Stress Management (cism) Program. Subject To The Federal Acquisition Regulation (far) Part 12, Acquisition Of Commercial Products And Commercial Services, And The Simplified Acquisition Procedures Set Forth In Far Part 13. The Resultant Contracts, If Any, Will Be Multiple Blanket Purchase Agreements With A Period Of Performance For A Base Year And Four Option Years. 1) Description Of Services: Mental Health Professionals, Critical Incident Stress Management 2) Proposed Solicitation Number: 1202sc25q2900 3) The North American Industry Classification System (naics) Code: 621330 – Office Of Mental Health Practitioners (except Physicians), Small Business Size Standard Of $9m. 4) Product Or Service Code: Q519 – Medical – Psychiatry 5) The Government Anticipates Issuing This Solicitation As A 100% Small Business Set Aside. 6) Tentative Date For Issuing Pending Request For Quote (rfq): March 7, 2025. All Solicitation Documents For This Procurement Will Be Provided Free Of Charge Through The Gpe Website. 7) The Technical Point Of Contact Is Wendy Mortier, Wendy.mortier@usda.gov 8) Contracting Officer: Lindsey Christian, Lindsey.christian@usda.gov for Informational Purposes:usda Forest Service Requires That All Contractors Doing Business With This Acquisition Office Must Be Registered With The System For Award Management (sam). An Award Cannot Be Made Unless The Contractor Is Registered In Sam. For Additional Information, And To Register In Sam, Please Access The Following Website: Https://www.sam.gov/sam. notice To Quoters:no Response To This Announcement Is Required Or Requested. The Government Will Not Pay For Any Information Submitted In Response To This Announcement. The Solicitation Subsequent To This Announcement May Be Cancelled At Any Time Without Warning. After Solicitation, And Prior To Award, All Offers May Be Rejected If In The Best Interest Of The Government Or The Public. This Announcement Does Not Obligate The Government To Pay For Any Offer And Or Quotation Preparation Costs.
Closing Date1 Apr 2025
Tender AmountRefer Documents 

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

United States
Details: Please Only Bid On The Items That You Plan On Providing. Use The Bid Sheet That Is Attached To The Solicitaion And Do Not Write In Any Substitutions. the Federal Bureau Of Prisons, Federal Correctional Complex, Petersburg, Virginia, Intends To Issue Solicitation 15b11425q00000005 For The Requirements Of Fy25 3rd Qtr - Bread - Fcc Petersburg. This Solicitation Is Fob Destination. Delivery Schedules Will Be Established By The Food Service Administrator Or Designee. Delivery Schedules May Be Modified As Needed By The Agency. Deliveries Must Arrive No Later Than 2:00pm, Monday Through Friday, First Come/first Serve. Deliveries Will Be Made To The Fcc Petersburg (warehouse), 1060 River Road, Hopewell, Virginia 23860. Items Will Need To Be Received April 13 - April 17, 2025 the Contract Type Is A Firm-fixed Price. The Government Reserves The Right To Award Item By Item, By Group Of Items, Or By Aggregate, Whichever Is Advantageous To The Government. The Government Will Award To The Responsible Offeror(s) Whose Offer, Conforming To The Solicitation That Is Considered To Be The Best Overall Value To The Government, In Regard To Price, Delivery And Past Performance. the Solicitation Will Be Made Available On Or About Feb 24, 2025 And Will Be Posted To The General Services Administration's Federal Business Opportunities Website: Http://beta.sam.gov . All Future Information About This Acquisition, Including Solicitation Amendments, Will Also Be Distributed Through This Site. Interested Parties Are Responsible For Monitoring This Site To Insure They Have The Most Up To Date Information About This Solicitation. all Quotes Must Be Received No Later Than Mar 07, 2025 @ 4:00pm. (est). The Government Reserves The Right To Decide How Payment Will Be Made Using Either Electronic Funds Transfer (eft) Or Government Purchase Card. Faith-based And Community-based Organizations Can Submit Quotations Equally With Other Organizations For Contracts For Which They Are Eligible. Each Offer Is Required To Complete Their Presentations And Certifications In The System For Award Management (sam). Sam Replaces The Ccr System. The Unique Entity Identification (uei) Replaces The Duns# On The Website For Sam Is Www.sam.gov . the Point Of Contact For All Information Regarding This Solicitation Is Adam Mccarter, Contract Specialist, Phone Number (804) 504-7200 Ext. 1066. Please Submit One (1) Copy Of Your Quote Signed By An Individual Authorized To Bind The Contractor So As To Be Received No Later Than The Date Indicated Above. Completed Offers May Be Sent To Fcc Petersburg 1100 River Road, Hopewell, Virginia 23860, (attn: Adam Mccarter, Contract Specialist). Offers Will Also Be Accepted Via Fax (804) 504-7227 Or E-mail To Amccarter1@bop.gov Which Is Authorized By The Government Contract Officer. the Anticipated Date For Award Will Be On Or About Mar 21, 2025 ****if Planning To Email, Please Place (3rd Quarter Bids Fy25) In The Subject Line.****
Closing Date7 Mar 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0229: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Rehabilitation Of Dungon-dungon Road, Barangay Nagsurot, Burgos, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,957.85 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0229: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Rehabilitation Of Dungon-dungon Road, Barangay Nagsurot, Burgos, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 80 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 (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; < Php15m; Allowable Range Of Contract Cost Up To Php 30m. 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 (ra) No. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. 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) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity 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. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025- March 18, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On March 4, 2025, 10:00 A.m. At 2nd Floor Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 18, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 18, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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 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: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 25, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date18 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)

City Of Quezon Tender

Philippines
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 14. Osr(liga)-25-furniture-0326 Office Of The Sectoral Representative (liga Ng Mga Barangay) Office Chair And Others 80,000.00 General Fund 30 Cd 1. The Quezon City Local Government, Through The General Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, February 25, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00a.m. Of Tuesday, March 04, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 11:00a.m. Of Tuesday, March 04, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 9. The Quezon City Local Government 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. 10. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
Closing Soon4 Mar 2025
Tender AmountPHP 80 K (USD 1.3 K)

Department Of Public Works And Highways Tender

Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0251: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Barangay 60-b Madiladig, Laoag City, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,929.93 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0251: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Barangay 60-b Madiladig, Laoag City, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 74 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 (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; <15m; Allowable Range Of Contract Cost Up To Php 30m. 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 (ra) No. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. 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) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity 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. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025- March 18, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On March 4, 2025, 10:00 A.m. At 2nd Floor Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 18, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 18, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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 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: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 25, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date18 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)

Municipality Of Coron, Palawan Tender

Philippines
Details: Description Invitation To Bid 1. The Municipal Government Of Coron, Palawan, Through The 2025 Annual Municipal Budget Intends To Apply The Sum Of Four Hundred Thirty- Two Thousand Pesos (php432,000.00) Only Being The Abc To Payments Under The Contract For Supply And Delivery Of Three (3) Units Motorcycles And Eight (8) Pieces Tires. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Unit Item Description Quantity 1 Unit Motorcycle 125cc With At Least: Displacement: 125cc Fuel Tank Capacity (liters) 3.9l Engine Type: Single Cylinder, 4- Stroke, Ohc Air-cooled Engine No. Of Cylinder: 1 Cooling System Air Cooled Bore X Stroke 52.4mm X 57.9mm Rpm At Maximum Torque 6500 Rpm Maximum Power: 9.5hp 3 2 Pieces Tires (255/60r18-112h Tubeless) 4 3 Pieces Tires (237/75p15-108t Tubeless) 4 2. The Municipal Government Of Coron, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Twenty- One (21) Calendar Days From The Receipt Of Notice To Proceed. 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 Municipal Government Of Coron And Inspect The Bidding Documents At The Address Given Below During Monday To Friday 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 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 Hundred Pesos (php500.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The 3rd Floor Municipal Annex Building, Poblacion, Coron, Palawan, On Or Before March 05, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid 1security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 05, 2025 At 10:00 Am At The 3rd Floor Municipal Annex Building, Poblacion, Coron, Palawan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipal Government Of Coron, Palawan 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. 10. For Further Information, Please Refer To: Dr. Alan R. Guintapan Municipal Health Officer Municipal Health Office, Coron, 5316 Palawan Mobile No. 0906-064-4344 Landline No. 0485531799 Email: Lgucoron.bac@gmail.com
Closing Date5 Mar 2025
Tender AmountPHP 432 K (USD 7.4 K)

Department Of Agriculture Tender

Philippines
Details: Description 1. The Department Of Agriculture-regional Field Office-cordillera Administrative Region (da-rfo-car), Through The 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Nine Hundred Ninety Thousand Pesos (p990,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract “supply Of Labor, Materials And Equipment Rentals For The Construction Of Mapacopaco Solar Powered Irrigation System (spis) In Posnaan, Aguinaldo, Ifugao In Support To Hvcdp”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo-car Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 119 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Da-rfo-car Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Mondays Thru Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting February 25, 2025 From The Given Address And Website Below, Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo-car Will Hold A Pre-bid Conference On March 4, 2025, 9:00 In The Morning At The Da-rfo-car Conference Hall, Bpi Compound, Guisad, Baguio City And/or Through Video Conferencing Or Webcasting Via Google Meet, 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 March 18, 2025, 8:30 In The Morning. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025, 9:00 In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. With Information Coming To Our Attention That Some Persons Are Allegedly Soliciting From The Winning Bidders/suppliers Using Deceptive Representation, Please Be Informed And Guided That Solicitation In Any Form Is Not Allowed/ Tolerated In Any Government Offices, Much More In The Da-rfo-car. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) Or Other Appropriate Agencies For Entrapment And Proper Investigation. All Prospective Bidders Are Forewarned Not To Be A Victim In Any Form Of Solicitation By Any Person Engaged In This Kind Of Unscrupulous Activity. 11. The Da-rfo-car 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. 12. For Further Information, Please Refer To: The Bac Secretariat Department Of Agriculture – Regional Field Office – Car Bpi Compound, Guisad, Baguio City Email Address: Dabaguiobacsec@gmail.com Telefax: (074) 442-43-99 Website: Car.da.gov.ph You May Visit The Following Websites: For Downloading Of Bidding Documents: Car.da.gov.ph And Philgeps.gov.ph
Closing Date18 Mar 2025
Tender AmountPHP 990 K (USD 17.1 K)
61-70 of 10000 active Tenders