Website Tenders

Website Tenders

City Of Antipolo Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 13 Million (USD 224 K)
Details: Description A. Contract Id : Antipolo-10march2025-17 B. Name Of Project : Upgrading Of Electrical Facilities At Mayamot National High School, Brgy. Mayamot, Antipolo City C. Location : Brgy. Mayamot, Antipolo City D. Brief Description : Upgrading Of Electrical Facilities E. Major Item Of Works : Electrical Works; Demolition And Restoration Works F. Approved Budget For The Contract : Php 13,000,000.00 G. Duration : 150 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 10, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 10, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 14.6 Million (USD 253.3 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Emilio G. Perez Memorial District Hospital, Hagonoy, Bulacan Contract Id No. : 25cc0477 Locations : Hagonoy, Bulacan Scope Of Works : Construction Of Two-storey Multi-purpose Building (26.70m X 6.50m) Approved Budget For The Contract : P14,699,498.55 Contract Duration : 150 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 12, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: February 19, 2025– March 12, 2025

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 34.9 Million (USD 601.9 K)
Details: Description Invitation To Bid Supply And Delivery Of Lot 1- Animal Feeds, Lot 2- Animal Feed Ingredients, Lot 3- Corn Silage, Lot 4- Animal Drugs For Use Under Fy 2025 Leed Project Of Livestock And Poultry Program 1. The Department Of Agriculture Regional Field Office No. 5 (da Rfo 5), Through The General Appropriation Act (gaa) For Cy 2025 Pss-lives Fund Intends To Apply The Sum Of Thirty-four Million Nine Hundred Eighteen Thousand Pesos (php34,918,000.00) Being The Total Abc To Payments Under The Contract For Itb No. 18-goods-livestock-2025. Particulars Abc Lot 1- Animal Feeds 22,050,000.00 Lot 2- Animal Feed Ingredients 4,716,000.00 Lot 3- Corn Silage 5,700,000.00 Lot 4- Animal Drugs 2,452,000.00 Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. Partial Bid Is Allowed. 2. The Department Of Agriculture Regional Field Office No. 5 Now Invites Bids For Supply And Delivery Of Lot 1- Animal Feeds, Lot 2- Animal Feed Ingredients, Lot 3- Silages, Lot 4- Animal Drugs For Use Under Fy 2025 Leed Project Of Livestock And Poultry Program 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 Da Rfo 5, Bac Secretariat Office, San Agustin, Pili, Camarines Sur And Inspect The Bidding Documents At The Address Given Below During Mondays – Fridays, 8:00 Am To 5:00 Pm Except For Holidays, Saturdays And Sundays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Feb. 19- Mar. 12, 2025 (9:00am) 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: Particulars Abc Bid Docs Fee Lot 1- Animal Feeds 22,050,000.00 25,000.00 Lot 2- Animal Feed Ingredients 4,716,000.00 5,000.00 Lot 3- Corn Silage 5,700,000.00 10,000.00 Lot 4- Animal Drugs 2,452,000.00 5,000.00 The Procuring Entity Shall Require The Bidder To Present Its Proof Of Payment For The Fees. 6. The Da Rfo 5 Will Hold A Pre-bid Conference On February 28, 2025; 10:00am At 3rd Flr. Sta. Catalina, Operations Bldg., Da Rfo-5, San Agustin, Pili, Camarines Sur, 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 12, 2025; 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 12, 2025; 10:00am Onwards At The Given Address Below 3rd Flr. Sta. Catalina Hall, Operations Bldg., Da Rfo-5, San Agustin, Pili, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case Of A Tie Bid, The Bac Will Conduct The Guidelines On The Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method Thru Draw Lots In Case Of Two Or More Bidders Have Been Post-qualified Determined As The Bidder Having The Lowest Calculated And Responsive Bidder (lcrb) (gppb Circular No. 06-2005). 11. The Da Rfo 5 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Office Department Of Agriculture, Regional Field Office No. 5 San Agustin, Pili, Camarines Sur 4418 Email Address: Bacrfo5@gmail.com For Downloading Of Bidding Documents: Www.dabicol.gov.ph February 17, 2025, San Agustin, Pili, Camarines Sur (signed) Lorenzo L. Alvina Oic, Rtd For Research And Regulations Bac Chairperson

Municipality Of Tabuelan, Cebu Tender

Others
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Republic Of The Philippines Municipality Of Tabuelan Invitation To Bid The Philippine Government Electronic Procurement System Office – Procurement Service Invites Philgeps Registered Suppliers To Bid For The Hereunder Items Attached: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. The Complete Set Of Bidding Documents May Be Purchased At The Bac Office Of Municipality Of Tabuelan Upon Payment Of The Non-refundable Price Of Bid Documents Indicated Above. The Bidding Documents May Also Be All Be Open To All Interested Parties; However, Only Those Who Have Purchased The Bidding Documents May Participate In The Discussion At The Said Conference. The Bidders Shall Drop Their Duly Accomplished Eligibility Requirements, Technical And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Above-mentioned Address. Interested Bidders May Obtain Further Information From The Philgeps Bac Secretariat At Telephone Number 324-4499 During Office Hours Or Visit The Website At Www.philgeps.gov.ph. The Philgeps Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. Philgeps Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That Contract Shall Be Entered Into As A Result Of This Invitation Without Thereby Incurring Any Liability In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information Thru The Bac Secretariat – Leo B. Mediana With The Cellphone 09683924100

Center For Health Development Region Vi Tender

Healthcare and Medicine
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 5.8 Million (USD 99.9 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Center For Health Development Invitation To Bid For Procurement Of Progesterone Subdermal Implant,ib No. Sb-2025-020 1. The Department Of Health – Wv Chd, Through The Fhinrp 2025fundintends To Apply The Sum Of Five Million Eight Hundred Thousandpesos(php5,800,000.00) Being The Abc To Payments Under The Contract For Procurement Ofprogesterone Subdermal Implant,ib No. Sb-2025-020. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bidopening. The Department Of Health – Wv Chd, Through The Fhinrp 2025fund Intends To Apply The Sum Of: Item No. Item Description Abc Per Item (php) 1 Progesterone Subdermal Implant 5,800,000.00 Total Abc Php5,800,000.00 Being The Abc To Payments Under The Contract For Theitem. Bids Received In Excess Of The Abc For Theitem Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Health – Wv Chd Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Requiredas Indicated In Section Vi. Schedule Of Requirements.bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Health – Wv Chd And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 To March 11, 2025from 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 Php10,000.00the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. The Procuring Entity May Accept The Payment Of Bidding Documents In Postal Money Order, Cashier’s Check Or Manager’s Check Upon Submission Of The Bids, Provided It Must Be Sealed And Labeled Separately From The Eligibility/ Technical Documents And Financial Documents. Payment In Check Should Be Made Payable To Doh Chd-wv. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots/items. 6. The Department Of Health – Wv Chd Will Hold A Pre-bid Conference On February 26, 2025, 9:00am At Doh – Wv Chd, Brgy. Bolong Oeste, Sta. Barbara, Iloilo, Through Videoconferencing/webcasting And Face To Face, Subject To The Registration Requirement Stated Hereunder In Item 11, 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 Beforemarch 11, 2025, 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be Conducted Through Videoconferencing/webcasting And Face To Face On March 11, 2025, 9:00am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Health – Wv Chd Serves 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Who Choose To Attend The Pre-bid Conference And Bidding Conference Are Required To Pre-register Using The Link Below: Pre-registration Link Deadline Of Pre-registration For Video Conferencing/webcasting Https://docs.google.com/forms/d/1cs5jjl6r9xfot5ubfebnhjg_vzzv667m7ngldbfa5ac/edit Pre- Bid – On Or Before February 25, 2025, 12:00 Pm Bidding – On Or Before March 10, 2025, 12:00 Pm Face To Face Https://docs.google.com/forms/d/1jcpxenx6haqeogxus03yanxoekihom-jdomk_fmjy7a/edit Note: Link Of The Virtual Conference Will Be E-mailed To Those Who Pre-registered Only. 12. For Further Information, Please Refer To: Doh-wv Chd Bac Secretariat Office Brgy. Bolong Oeste, Sta. Barbara, Iloilo, 5002 E-mail: Specialbacdoh6@yahoo.com (033)332-2329 Local 145 Mobile Nos. +639670668522/ +639622858077 Url: Http://www.ro6.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://drive.google.com/drive/u/0/folders/1watcxh63rj_ndf5h5sn9hgr3lqrmtpjp February 19, 2025 (sgd) Ma. Sophia S. Pulmones, Md, Mpm Bac Chairperson (category – B)

National Institutes Of Health Tender

Machinery and Tools...+1Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 "streamlined Procedures For Evaluation And Solicitation For Commercial Items", As Supplemented With Additional Information Included On This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested, And A Written Solicitation Document Will Not Be Issued. the Solicitation Number Is 25-004181 And Is Issued As A Request For Quote (rfq). the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 January 3, 2025. This Acquisition Will Be Made Pursuant To The Authority Of Far 13 To Use Simplified Acquisition Procedures. This Acquisition Will Not Exceed The Simplified Acquisition Threshold. This Stated Rfq Is A Small Set-aside. this Procurement Is Full And Open Competition. The Government Intends To Issue A Firm Fixed Priced Purchase Order. the Associated North American Industry Classification System (naics) Code Is 712130 With A Business Standard Size Of 800 Average Number Of Employees. description: Aquarium Maintenance Service no Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. No Gray Market Items Shall Be Provided. the National Institutes Of Health (nih), Clinical Center, Animal Program Has A Requirement For Aquarium Maintenance Service. The Contractor’s Responsibility Would Be To Arrange Healthy Aquaria, Maintain The Livelihood And Environment Of The Fish That Occupies The Aquaria With Oversight By The Clinical Center’s Animal Program. The Aquaria Display Is In The Clinical Center And Is Maintained Throughout The Hatfield Center And The Magnuson Center. These Sections Are Within The Outpatient And Inpatient Areas. There Are A Total Of Eight (8) Aquaria Of Which Five (5) Are Saltwater And Three (3) Are Freshwater. The Aquaria Were Installed To Provide A Sense Of Comfort In Research For The Patients, Guest, And Staff. delivery Address: national Institutes Of Health clinical Center 10 Center Drive building 10, Room Tbd bethesda, Md 20892. period Of Performance: the Contract Will Cover A Twelve (12) Month Base Year, With Four (4) Additional Option Years. base Year: 05/1/2025-04/30/2026 option Year 1: 05/1/2026-04/30/2027 option Year 2: 05/1/2027-04/30/2028 option Year 3: 05/1/2028-04/30/2029 option Year 4: 05/1/2029-04/30/2030 the Award Is Expected To Be Issued On Or Around May 01, 2025. attachments: 1-electronic Invoice Payment Processing (3 Pages) 2-far 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services (18 Pages) 3-statement Of Work (8 Pages) 4-evaluation Criteria (4 Pages) 5-certification Of Capability Document (1 Page) provisions provisions/clauses May Be Obtained Via Www.arnet.gov. the Solicitation Incorporates The Provisions At Far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sep 2023). interested Parties Who Meet The Requirements As Outlined Are Invited To Submit A Quotation, Including Statements Of How The Quotation Will Meet The Government Requirements. addendum 52.212-1 addendum To Far 52.212-1 Instructions To Offerors—commercial Products And Commercial Services provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: addenda To 52.212-1: quote Submission Instructions: all Offers Should Be Submitted Electronically To Lowet2@mail.nih.gov. The Offeror Is Responsible For Ensuring The Contract Specialist Has Received The Quote On Or Before The Solicitation Expires. the Following Instructions Must Be Followed: offer Shall Be Submitted On Standard Company Letterhead. Email Subject Line Should Read Solicitation No.: 25-004181. offerors Shall Submit Pricing For The Base Period And All Option Periods. offerors Shall Submit Any Questions In Writing Via Email No Later Than 03/12/2025, 1:00pm. The Rfq Closing Date Is 03/19/2025 At 10:00am. All Responses To Questions, Which May Affect Offers Will Be Incorporated Into A Written Amendment To The Solicitation And Released Via Https://sam.gov/. Questions Shall Be Submitted To Lowet2@mail.nih.gov Telephone Calls Will Not Be Accepted. if An Offeror Has Interest In This Requirement An Intends To Submit A Quote, A ****a Site Visit May Be Requested By 02/28/2025, 1:00pm.**** period Of Acceptance Of Quotes: Offer Submitted Shall Not Expire For 45 Calendar Days. attachment Titled “certification Of Capability Document” *** Must Be Completed And Submitted With Quote*** (end Of Addendum To 52.212-1) late Submission Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). *****sam: You May Register By Going To Www.sam.gov. A Valid Uei Number And System For Award Management (sam) Registration Is Required At The Time Of The Quote Submission******. amendment 1: To Provide Details Of Site Visits Meeting Location South Lobby. ***important Site Visit Details***: site Visit Date Options: interested Parties May Choose Between Two Scheduled Dates: tuesday, March 4, 2025 And thursday, March 6, 2025 At 10am. ****please Give Yourself Up To 60 Mins Additional Time For Security Checks At The Gate Entrance. ***metro And Shuttle Available See Links For More Info. Also Make Sure You Bring Proper Id For Access See Links**** you Must Arrive By 10am At The South Lobby Entrance Clinical Center. You May Bring A Maximum Of Three People Per Vendor. You Must Provide The Name Of Your Company And The Attendees Names By Friday, 1pm February 28th To Tasha.lowe@nih.gov. **** Parking*** See Parking Map See Red Circle For P3 If Traveling By Car. **** When Entering The Parking Garage There Will Be A Booth To Obtain A Parking Ticket. A Parking Validation Sticker Will Be Provided To Those Driving. please See Attachments For Your Convenience visitor Campus Access nih Visitor Map – See Red Circle For P3 Parking Locatiion. Check Point Guides visitor Campus Access, Nih Visitor Map And Links Below: this Is Additional Information On How To Access The Campus. https://security.nih.gov/pages/home.aspx https://www.cc.nih.gov/about/visitor#directions amendment 2: Date Of Quote Response Time Has Been Changed From March 05, 2025 To March 19, 2025 By 10:00am. amendment 3: Dateofferors Shall Submit Any Questions In Writing Has Been Changed From February 26, 2025 To March 12, 2025 1:00pm. 52.252-1solicitation Provisions Incorporated By Reference. solicitationprovisions Incorporated By Reference(feb 1998) thissolicitationincorporates One Or Moresolicitationprovisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Thecontracting Officerwill Make Their Full Text Available. Theofferoris Cautioned That The Listed Provisionsmayinclude Blocks Thatmustbe Completed By Theofferorand Submitted With Its Quotation Oroffer. In Lieu Of Submitting The Full Text Of Those Provisions, Theofferormayidentify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Oroffer. Also, The Full Text Of Asolicitationprovisionmaybe Accessed Electronically At This/these Address(es): http://www.acquisition.gov the Following Far Provisions Apply And Are Incorporated By Reference: 52.204-16 Commercial And Government Entity Code Reporting(aug 2020) 52.204-7 System For Award Management(oct 2018) 52.212-1 Instructions Toofferors—commercial Productsandcommercial Services(sep 2023) 52.212-2 Evaluation-commercial Items (oct 2014) 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website At Https://www.sam.gov/portal In Accordance With Far 52.212-3, “offerors Representations And Certifications-commercial Items” If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. 52.212-2 Evaluation—commercial Productsandcommercial Services(nov 2021) (a)52.212-2 Clause Criteria Will Not Be Utilized. please See Attachment Titled “evaluation Criteria”. ****attachment Titled “certification Of Capability Document” **** Must Be Completed And Submitted With Quote***** basis Of Award: Technical, Past Performance And Price Are In Descending Order Of Importance. The Importance Of Price In The Evaluation Will Increase With The Degree Of Equality Among Quotations Of The Non-price Factors. offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror representations And Certifications-commercial Items (jan 2025), With Its Offer. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition And There Is No Addenda To This Clause. incorporated By Reference (ibr) Are The Following Stand Alone Discretionary Far, And Hhsar, Clauses, far 52.204-13 System For Award Management Maintenance. (oct 2018) far 52.204-18 Commercial And Government Entity Code Maintenance(aug 2020) far 52.232-40providing Accelerated Payments To Small Business Subcontractors. (march 2023) far 52.212-4-contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) 52.237-2protection Of Government Buildings, Equipment, And Vegetation. (apr 1984) the Contractorshalluse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor’s Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorshallreplace Or Repair The Damage At No Expense To The Government As Thecontracting Officerdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorshallbe Liable For The Cost, Whichmaybe Deducted From The Contract Price. (end Of Clause) incorporated In Full Text Are The Following Stand Alone Discretionary Far, Hhsar, And Local Clauses, 52.252-2 Clauses Incorporated By Reference. clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): __www.acquisition.gov 352.232-71electronic Submission Of Payment Requests as Prescribed In Hhsar 332.7003, Use The Following Clause: electronic Submission Of Payment Requests (a)definitions.as Used In This Clause - payment Requestmeans A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available Atwww.ipp.govor Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) hhsar Provisions-clauses, 52.252-6 Authorized Deviations In Clauses. as Prescribed In 52.107(f), Insert The Following Clause In Solicitations And Contracts That Include Any Far Or Supplemental Clause With An Authorized Deviation. Whenever Any Far Or Supplemental Clause Is Used With An Authorized Deviation, The Contracting Officer Shall Identify It By The Same Number, Title, And Date Assigned To The Clause When It Is Used Without Deviation, Include Regulation Name For Any Supplemental Clause, Except That The Contracting Officer Shall Insert "(deviation)" After The Date Of The Clause. authorized Deviations In Clauses (apr 1984) (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Hhsar Far Supplement (48 Cfr Chapter 3) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Clause) 352.203-70 Anti-lobbying. as Prescribed In 303.808-70, The Contracting Officer Shall Insert The Following Clause: anti-lobbying (january 2006) pursuant To The Current Hhs Annual Appropriations Act, Except For Normal And Recognized Executive-legislative Relationships, The Contractor Shall Not Use Any Hhs Contract Funds For (i) Publicity Or Propaganda Purposes; (ii) The Preparation, Distribution, Or Use Of Any Kit, Pamphlet, Booklet, Publication, Radio, Television Or Video Presentation Designed To Support Or Defeat Legislation Pending Before The Congress Or Any State Legislature, Except In Presentation To The Congress Or Any State Legislature Itself; Or (iii) Payment Of Salary Or Expenses Of The Contractor, Or Any Agent Acting For The Contractor, Related To Any Activity Designed To Influence Legislation Or Appropriations Pending Before The Congress Or Any State Legislature. (end Of Clause) far Clause 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) _x_(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). _x_(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). _x_(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11) (i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of52.204-30. __(12)52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed Fordebarment, Or Voluntarily Excluded. (jan2025) (31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] __(18) (i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19) (i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2) And (3)). __(21) (i)52.219-9, Small Business Subcontracting Plan(jan 2025)(15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv(jan 2025)of52.219-9. __(22) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). _x_(26)(i)52.219-28,postawardsmall Business Program Rerepresentation(jan 2025)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). _x_(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). _x_(32)52.222-19, Child Labor—cooperation With Authorities And Remedies(jan 2025)(e.o. 13126). _x_(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). _x_(34) (i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35) (i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. _x_(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). _x_(39) (i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(jan 2025)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41) (i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). __(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). __(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). _x_(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). __(47) (i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. _x_(48) (i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. __(49) (i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). _x_(51)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). _x_(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). _x_(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). __(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). __(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). _x_(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii) (a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(jan 2025)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause)

City Of Pasig Tender

Food Products
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 4.5 Million (USD 79.1 K)
Details: Description Invitation To Bid For 1. The City Government Of Pasig, Through The Executive Budget Cy 2025 Intends To Apply The Sum Of Four Million Five Hundred Ninety-two Thousand Five Hundred Pesos Only (₱4,592,500.00) Being The Abc To Payments Under The Contract For Food Provision For Hrdo's Various Activities. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Pasig Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Please Refer To Terms Of Reference. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 The City Government Of Pasig And Inspect The Bidding Documents At The Address Given Below During Office Hours, Monday To Friday, From 7:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 February 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 Only (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The City Government Of Pasig Will Hold A Pre-bid Conference On 26 February 2025, 10:00 A.m. At Meeting Room 202, 2nd Floor, Temporary City Hall, Eulogio Amang Rodriguez Ave., Brgy. Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Procurement Management Office Through Manual Submission At The Office Address Indicated Below On Or Before 12 March 2025, 9:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 12 March 2025, 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Each Bidder Shall Submit One (1) Sealed Original Bid Envelope Containing: 1. Original Technical Component (hard Copy, In A Sealed Envelope) 2. Original Financial Component (hard Copy, In A Sealed Envelope) * Sections Of The Bid Shall Be Separated By Dividers, Proper Tabs Bidders Shall Bear All Costs Associated With The Preparation And Submission Of Their Bids, And The City Government Of Pasig Will In No Case, Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. Bidders Should Note That The City Government Of Pasig Will Only Accept Bids From Those That Have Paid The Applicable Fee For The Bidding Documents. In Accordance With Government Procurement Policy Board (gppb) Circular 06-2005 - Tie-breaking Method, The Bids And Awards Committee (bac) Shall Use A Non-discretionary And Non- Discriminatory Measure Based On Sheer Luck Or Chance, Which Is “draw Lots,” In The Event That Two (2) Or More Bidders Have Been Post-qualified And Determined As The Bidder Having The Lowest Calculated Responsive Bid (lcrb) To Determine The Final Bidder Having The Lcrb, Based On The Following Procedures: A) In Alphabetical Order, The Bidders Shall Pick One Rolled Paper. B) The Lucky Bidder Who Would Pick The Paper With A “congratulations” Remark Shall Be Declared As The Final Bidder Having The Lcrb And Recommended For Award Of The Contract. 11. The City Government Of Pasig Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Bea Therese P. Villanueva Officer In Charge, Procurement Management Office City Government Of Pasig Procurement Management Office, 3rd Floor, Temporary City Hall, Eulogio Amang Rodriguez Ave., Brgy. Rosario, Pasig City. Bidsandawards@pasigcity.gov.ph 8643-1111 Loc. 1461 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Ps-philgeps Website Pasig City Website 19 February 2025 Sgd Atty. Josephine C. Lati-bagaoisan Bac Chairperson

Jefferson Parish Government Tender

Civil And Construction...+4Electrical and Electronics, Consultancy Services, Civil And Architectural Services, Electrical Works
United States
Closing Soon7 Mar 2025
Tender AmountRefer Documents 
Details: Public Notice Soq 25-007 Ames Boulevard Lighting Project (lapalco To Barataria) The Parish Of Jefferson, Authorized By Resolution No. 145729 Is Hereby Soliciting A Statement Of Qualifications (tec Professional Services Questionnaire) From Persons Or Firms Interested And Qualified In Providing Professional Engineering Services Related To The Design And Construction Of The Ames Boulevard Lighting Project (council District 3). Deadline For Submissions: 3:30 P.m., March 7, 2025 General The Scope Of Work Associated With This Project Consists Of The Installation Of A Street Lighting System On Ames Boulevard Between Lapalco Blvd. And Barataria Blvd, And Incidental Work As Needed. Project Shall Include The Following Supplemental Services: Surveying And Resident Inspection. Compensation Compensation For The Required Design Services Will Be Made On An Hourly Rate Basis Or A Fixed Fee Basis, Or A Combination Of Both, Depending On Scope And Complexity Of The Work. The Parish Reserves The Right To Determine The Method Of Payment (hourly Or Fixed) For Each Individual Assignment. For Hourly Rate Work, The Firm Shall Be Compensated By The Appropriate Jefferson Parish Department On The Basis Of Their Certified And Itemized Burdened Rate In Accordance With Guidelines Established In The Ldotd Standard Rates Contained In Attachment “a” To The Standard Professional Services Agreement For Jefferson Parish. A Copy Of Attachment “a” May Be Obtained By Calling The Jefferson Parish Department Of Capital Projects At (504) 736-6833. For Fixed Fee Work, The Fee Shall Be Negotiated With The Firm By The Jefferson Parish Department Of Engineering And Shall Be Mutually Agreeable To Both Parties. Compensation For Supplemental Services, If Required, Shall Be In The Form Of A “lump Sum” Or Hourly Rate For Each Supplemental Service, Which Shall Be Mutually Agreeable To The Parish And The Consultant. All Costs Associated With This Project Shall Be Subject To Jefferson Parish Review And Approval. Minimum Requirements For Selection The Persons Or Firms Under Consideration Shall Have At Least One (1) Principal Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana. A Subcontractor May Not Be Used To Meet This Requirement. (section C. Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have A Professional In Charge Of The Project Who Is A Licensed, Registered Professional Electrical Engineer In The State Of Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved. A Subcontractor May Not Be Used To Meet This Requirement. (section K. “professional In Charge Of Project:”; Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have One (1) Employee Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana In The Applicable Discipline Involved. A Subcontractor May Meet This Requirement Only If The Advertised Project Involves More Than One Discipline (section D. Of Tec Professional Services Questionnaire). With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Evaluation Criteria The Following Criteria Will Be Used To Evaluate Each Firm Submitting A Statement Of Qualifications: Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project – (35 Points;) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – (10 Points); Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel. – (20 Points); Past Performance On A Project In Which The Person Or Firm Assisted A Governmental Entity In Dealings With Disaster Recovery And Any Other Projects Relating To Cdbg – (10 Points) (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References. Location Of The Principal Office – (15 Points) (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).) Location Of The Principal Office Shall Only Factor Into The Evaluation Criteria If Adequate Competition (two Or More Firms That Are Responsive And Responsible) Are Located Within Jefferson Parish; Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim– (15 Points) (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References –(5 Points); Project Will Include Federal Disaster And Resiliency Funds And Therefore Will Include Associated Federal Requirements, Including Section 3, As Applicable. Statements Of Qualifications From Minority, Female-owned, And Local Firms / Individuals Are Invited. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform These Professional Services. The Person Or Firm Submitting A Statement Of Qualification (tec Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (tec Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (tec Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: February 12, 19, And 26, 2025

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents 
Details: This Notice Is A Synopsis And Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Naval Facilities Engineering And Expeditionary Warfare Center (navfac Exwc), Port Hueneme, California Intends To Issue A Request For Proposal (rfp) Under Solicitation Number N3943025r2007 For A Firm Fixed Prices, Single Award, Indefinite Delivery Indefinite Quantity (idiq). The Work Will Be To Establish An Equipment Services Support (ess) Maintenance And Repair Contract At Naval Station Rota, Spain (navsta Rota) To Provide Intermediate And Depot Level Maintenance And Repair Services On Naval Expeditionary Equipment Assets Located At Navsta Rota. This Support Would Include: Inspections, Maintenance, Refurbishment, Repairs, Upgrades, Modernization, And Modifications Provided To Support Of The Naval Construction Equipment And Support Vehicles That Have Deteriorated (to Various Degrees) Into A Defective, Damaged, Or Reduced Operational Condition. More Details Of The Requirement Can Be Found In The Attached Performance Work Statement. market Research Was Finalized In January 2025, And It Was Determined That There Were Sufficient Businesses Capable Of Performing The Work. The Naics Code For This Procurement Is 811310 Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance And The Size Standard Is $12,500,000.00. The Government Will Award This Contract To One Contractor. The Government Will Give Fair Consideration To The Awardee In Placing Orders Based On Criteria Stated In The Solicitation. the Government Intends To Issue The Solicitation On 6 March 2025. The Closing Date For Receipt Of Proposals Will Be Indicated On The Solicitation. the Contract Term Will Be A Base Period Of Sixty (60) Months Or Five (5) Years And An Optional 6-month Extension. The Government Will Not Be Issuing A Minimum Guarantee, Rather A Seed Task Order. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Under The Option To Extend Services Clause. this Is A New Requirement, And There Is Not An Incumbent Contractor. The Estimated Value Of This Contract Is $8,000,000.00. offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities” And The Solicitation Module In Https://piee.eb.mil/ When It Becomes Available. There Will Be No Paper Copies Of The Solicitation Issued. this Will Be The Only Method Of Distribution; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Offerors Must Be Registered In System For Award Management (sam) At Http://www.sam.gov In Order To Receive An Award Under This Procurement. All Questions Concerning This Solicitation Shall Be Addressed To: Desiree E. Garcia Via Email At Desiree.e.garcia9.civ@us.navy.mil. Secondary Points Of Contact Are Olga Muna At Olga.c.muna.civ@us.navy.mil And Crystal Brooks At Crystal.s.brooks2.civ@us.navy.mil. the Solicitation Will Utilize The Source Selection Procedures In Accordance With Far Part 15, Best Value/ Lowest Price Technically Acceptable (lpta), Which Requires Offerors To Submit A Technical Approach, Seed Task Order, Safety, Past Performance And Price (or Cost) Proposal For Evaluation By The Government. a Sources Sought Notice Equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain For This Procurement Was Posted On 09 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement Full And Open Competition Procurement.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Drainage Work
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 93.4 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Viii Baras, Palo, Leyte Invitation To Bid For: February 14, 2025 Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Bangkerohan Flood Control Structure, Phase 1, Hilongos, Leyte 1. The Dpwh Regional Office Viii, Baras, Palo, Leyte, Through Gaa Fy-2025 Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1.1 Contract Name : Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Bangkerohan Flood Control Structure, Phase 1, Hilongos, Leyte Contract Id : 25i00143 Contract Location : Leyte 5th Ld Project Description/scope Of Work : Cw1 – Construction Of Flood Mitigation Structure – 370 L.m. Major Category Of Works : Fcsps – Flood Control: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures Approved Budget For The Contract (abc) : ₱93,499,949.33 Contract Duration : 300 Calendar Days Cost Of Bidding Documents : Php 50,000.00 2. The Dpwh Regional Office Viii, Baras, Palo, Leyte Now Invites Bids For The Above Procurement Project/s. Completion Of The Works Is Required Based On The Above-stated Contract Duration. 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 Dpwh Regional Office Viii, Baras, Palo, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 12, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Its Authorized Representative Or Through Electronic Bid Submission. In Purchasing Bidding Documents And Submission/dropping Of Bids, Contractor’s Representative Not Registered In The Contractor’s Crc Shall Submit A Duly Notarized Special Power Of Attorney Stating Therein The Specific Project To Be Bid And A Valid Id, Per Memorandum Of Usec. Ardeliza R. Medenilla For Support And Services Dated December 27, 2021. 6. The Dpwh Regional Office Viii, Baras, Palo, Leyte Will Hold A Pre-bid Conference On February 26, 2025 @ 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below And (ii) Online Or Electronic Submission At Electronicbids_r8@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before March 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 12, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Summary Schedule Of Procurement Activities Procurement Activity Schedule 1. Publication Period At Philgeps And Dpwh Website February 19 - 25, 2025 2. Issuance / Downloading Of Bidding Documents February 19, 2025 To March 12, 2025 3. Pre-bid Conference February 26, 2025 (10:00 A.m.) At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 4. Deadline For The Submission & Receipt Of Bids March 12, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids March 12, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids), Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Regional Office Viii, Baras, Palo, Leyte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised 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 Head, Bac Secretariat Procurement Staff-ord Procurement Office, Dpwh Regional Office Viii Baras, Palo, Leyte Telephone No.: (053) 323-1017/1083 Email Add: Ongbit.rita@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_r8@dpwh.gov.ph Date Of Issue: February 14, 2025 (sgd.) Jay-b L. Talde Chief Administrative Officer Administrative Division Bac Chairperson Noted: (sgd.) Edgar B. Tabacon, Ceso Iv Regional Director Dpwh Regional Office Viii Dates Of Publication In Dpwh & Philgeps Websites And Bulletin Board: February 19 – 25, 2025 Cc: The Public Affairs & Information Office (paio) Dpwh, Regional Office No. 8 Baras, Palo, Leyte Ro8 Bacsec.
7241-7250 of 10000 active Tenders