Website Tenders
Website Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description 1. The Department Of Public Works And Highways-regional Office I, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structure Along Bued River, San Jacinto, Pangasinan (package 3) With Contract Id No. 25a00473. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-regional Office I, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 216 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 Category Of At Least B. 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. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways-regional Office I And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 11, 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 Php 50,000.00. 7. The Department Of Public Works And Highways-regional Office I Will Hold A Pre-bid Conference On February 26, 2025 @ 10:00 Am At 2nd Floor, Conference Room Of Dpwh-regional Office I, City Of San Fernando, La Union And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube Https://youtube.com/@dpwh.ro.1, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_r1@dpwh.gov.ph On Or Before March 11, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 11, 2025 @ 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwh.ro.1. 11. The Department Of Public Works And Highways-regional Office I 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: Dave D. Delizo Bac Secretariat Head Dpwh-regional Office I Aguila Road, City Of San Fernando, La Union Tel. No.: (072) 242-9351/ 242-9388 Email Address: Delizo.dave@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_r1@dpwh.gov.ph February 19, 2025 Clarence B. Rimando Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
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 Asset Preservation - Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Biliran Circumferential Rd - K1071+895 - K1072+180, Biliran 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 : Asset Preservation - Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Biliran Circumferential Rd - K1071+895 - K1072+180 Contract Id : 25i00128 Contract Location : Biliran Ld Project Description/scope Of Work : Cw1 – Construction Of Road Slope Protection Structure: 5,928.85 Sq.m. / 305 L.m. Major Category Of Works : Rcsps – Roads: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures Approved Budget For The Contract (abc) : ₱144,748,911.91 Contract Duration : 350 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 11, 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 11, 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 11, 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 11, 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 11, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids March 11, 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.
Closing Date11 Mar 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n97113a|fbb|717-605-4356|joshua.d.martin76.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (jan 2025)|13|339991|600|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| This Solicitation Contains Multiple Clins; Therefore Award Will Be Based On Total Dollar Value And Not Individual Unit Price. P/n: Fy03mm1836 (3cx85) P/n: Fy03mm1837 (3cx85) All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cushion . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cushion Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1836, Cage 3cx85; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp. 2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery From A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii Shelf-life Codes. B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd Or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule. 2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130, Mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following: A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date. B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date. C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day. D. Different Dates On Identical Items. When Two Or More Unit Packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container. E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates. F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter. Appendix E Shelf Life Codes Required Number Of Months/quarters Remaining Upon Receipt By The First Government Activity Type I Type Ii Months Quanters Shelf Life Period Non-deteriorative 0 0 N/a N/a No Shelf-life Applies (zero) (zero) 01 Month A N/a 25 Days N/a 02 Months B N/a 50 Days N/a 03 Months C 1 75 Days N/a 04 Months D N/a 3 1 05 Months E N/a 4 1 06 Months F 2 5 2 09 Months G 3 8 3 12 Months (1.00-years) H 4 10 3 15 Months (1.25-years) J N/a 13 4 18 Months (1.50-years) K 5 15 5 21 Months (1.75-years) L N/a 18 6 24 Months (2.00-years) M 6 21 7 27 Months (2.25-years) N N/a 23 8 30 Months (2.50-years) P N/a 26 9 36 Months (3.00-years) Q 7 31 10 48 Months (4.00-years) R 8 41 14 60 Months (5.00-years) S 9 51 17 72 Months (6.00-years) I N/a 61 20 84 Months (7.00-years) T N/a 71 24 96 Months (8.00-years U N/a 82 27 Variable Such As: V N/a 77, 113, 26, 38, 61 90, 132,216,228, Etc. 184, 194 65, Etc. Months Or Any Other Etc. Number Of Months Not Specifically Assigned. 120 Months (10-years) W N/a 102 34 180 Months (15-years) Y N/a 153 51 240 Months (20-years) Z N/a 204 68 Shelf-life Period Greater N/a X 85 Percent 85 Percent Than 60 Months For Type Of Number Of Number Ii Extendible Items Months Months 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od As An Approved Source Of Supply For Subsequent Procurements. P/n: Fy03mm1836 Cage 3cx85 Hardigg (11214) P/n 14355-324-1 Verified With Hardigg 1/29/25 The Individual Catalog Part Identification Shall Be In Accordance With The Manufacturer's Standard Practice. In Addition, The Unit Shipping Package And/or Packing Slip Shall Identify The Gdais Pt. Number, Manufacturer, Catalog And Quantity Of Items. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cushion . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cushion Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1837, Cage 3cx85; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp. 2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery From A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii Shelf-life Codes. B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd Or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule. 2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130, Mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following: A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date. B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date. C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day. D. Different Dates On Identical Items. When Two Or More Unit Packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container. E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates. F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter. Appendix E Shelf Life Codes Required Number Of Months/quarters Remaining Upon Receipt By The First Government Activity Type I Type Ii Months Quanters Shelf Life Period Non-deteriorative 0 0 N/a N/a No Shelf-life Applies (zero) (zero) 01 Month A N/a 25 Days N/a 02 Months B N/a 50 Days N/a 03 Months C 1 75 Days N/a 04 Months D N/a 3 1 05 Months E N/a 4 1 06 Months F 2 5 2 09 Months G 3 8 3 12 Months (1.00-years) H 4 10 3 15 Months (1.25-years) J N/a 13 4 18 Months (1.50-years) K 5 15 5 21 Months (1.75-years) L N/a 18 6 24 Months (2.00-years) M 6 21 7 27 Months (2.25-years) N N/a 23 8 30 Months (2.50-years) P N/a 26 9 36 Months (3.00-years) Q 7 31 10 48 Months (4.00-years) R 8 41 14 60 Months (5.00-years) S 9 51 17 72 Months (6.00-years) I N/a 61 20 84 Months (7.00-years) T N/a 71 24 96 Months (8.00-years U N/a 82 27 Variable Such As: V N/a 77, 113, 26, 38, 61 90, 132,216,228, Etc. 184, 194 65, Etc. Months Or Any Other Etc. Number Of Months Not Specifically Assigned. 120 Months (10-years) W N/a 102 34 180 Months (15-years) Y N/a 153 51 240 Months (20-years) Z N/a 204 68 Shelf-life Period Greater N/a X 85 Percent 85 Percent Than 60 Months For Type Of Number Of Number Ii Extendible Items Months Months 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od As An Approved Source Of Supply For Subsequent Procurements. P/n: Fy03mm1837 Hardigg (11214) P/n 14355-324-2 The Individual Catalog Part Identification Shall Be In Accordance With The Manufacturer's Standard Practice. In Addition, The Unit Shipping Package And/or Packing Slip Shall Identify The Gdais Pt. Number, Manufacturer, Catalog And Quantity Of Items.
Closing Date21 Mar 2025
Tender AmountRefer Documents
Municipality Of Solano, Nueva Vizcaya Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Municipality Of Solano -o0o- Labor And Materials For The Construction Of Slope Protection Located At Manangkad Creek, Brgy. Roxas, Snv (solano 047-2025) 1. The Local Government Unit Of Solano, Nueva Vizcaya Through Municipal Development Fund For Fiscal Year 2025 General Appropriations Acts, Intends To Apply The Sum Of One Million Nine Hundred Eleven Thousand Six Hundred Nine Pesos And Seventeen Centavos Only (p1,911,609.17) Being The Approved Total Budget For The Contract (abc) Payments Under The Contract For The Labor And Materials For The Construction Of Slope Protection Located At Manangkad Creek, Brgy. Roxas, Solano, Nueva Vizcaya. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu Solano, Nueva Vizcaya Now Invites Bids For The Goods Stated Above. Completion Period Is Required Within Eighty-five (85) Days Upon 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 Procurement. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipal Government Of Solano, Nueva Vizcaya And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders To Commence On February 19, 2025 At 8:00 A.m. To 5:00 P.m. From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (p5,000.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Lgu Solano, Nueva Vizcaya Will Hold A Pre-bid Conference On February 12, 2025, 9:00am At The Municipal General Services Office, Brgy. Roxas, Solano, Nueva Vizcaya Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before March 12, 2025 At 9:00 A.m. At The Municipal General Services Office, Solano, Nueva Vizcaya. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated. 8. Bid Opening Shall Be On March 12, 2025 At 9:00 A.m. At The Municipal General Services Office, Solano, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Lgu, Solano, Nv Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. 10. The Lgu Solano, Nueva Vizcaya Reserves The Right To Accept Or Reject Any Bid, And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Lgu-bac Secretariat Municipal General Services Office New Municipal Hall Solano, Nueva Vizcaya Telefax No. (078) 392-1082 Arnel G. Domincel Mgso/bac Chairman Posting At Conspicuous Places¬ G-eps At Www.philgeps.gov.ph February 19 – March 12, 2025
Closing Date12 Mar 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)
ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender
Others
United States
Details: Purpose: Usda Intends To Issue A Single-award, Firm Fixed-price, Indefinite-delivery, Indefinite-quantity (idiq) Contract For Period Of Five (5) Years For Wire Ties For The Usda, Ams, Cotton And Tobacco Program. The Government Anticipates Issuing The Award On Or About March 31, 2025.
evaluation Of Quotes: The Following Factors Shall Be Utilized To Evaluate Quotations:
(i) Technical Qualification – The Bale Bags Must Meet The Technical Specifications Stated In The Specifications And The Buy American Act. One (1) 10 Gauge 10’ Wire Bale Tie And One (1) 10 Guage 10’ 3” Wire Bale Tie Must Be Received At The Usda, Ams, Cotton And Tobacco Program Office At The Following Address By 5:00 P.m. Ct On Wednesday, March 12, 2025 To Evaluate The Samples To Verify That It Meets The Required Specifications:
usda, Ams, Cotton And Tobacco Program
attn: Ray Scroggins
3275 Appling Road Room No. 2
memphis, Tn 38133-2701
if A Sample Does Not Meet The Specification, The Quotation Will Be Determined To Not Be Technically Acceptable And Ineligible For Award. Vendors Are Solely Responsible For Any Costs Associated With Submitting Samples, Including Any Shipping Costs; Usda Will Not Reimburse Vendors For Samples Submitted For Evaluation.
(ii) Experience And Past Performance – Vendors Must Use “attachment 2 – Vendor Experience & Past Performance Sheet” And Include A Minimum Of Two (2) But No More Than Five (5) References For Contracts Of The Same Or Similar Product/service. Vendors Must Complete The “customer Identification” Section Within The Attachments For Each Reference Provided.
past Performance Will Be Evaluated For All Projects Submitted To Demonstrate Similar Experience To Ascertain The Probability Of Successfully Performing The Required Efforts Of The Statement Of Work. The Past Performance Evaluation Will Be Specifically Based Upon The Satisfactory Completion Of Services Performed To The Services Required Under This Solicitation, The Record Of Conforming To Contract Requirements And Standards Of Good Workmanship, And The Commitment To Customer Satisfaction. The Past Performance Evaluation Will Also Take Into Account Any Past Performance Information Regarding Predecessor Companies, Key Personnel Who Have Relevant Experience Or Subcontractors That Performed Major Or Critical Aspects Of The Requirement When Such Information Is Relevant. For Joint Ventures, Past Performance Records Of Both Firms Will Be Considered. In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Will Not Be Evaluated Favorably Or Unfavorably On Past Performance.
(iii) Price - Price Quotation: Vendors Must Utilize The “attachment 1 Price Quotation Spreadsheet” That Is Attached To The Solicitation To Submit Their Price Quotation.
the Resulting Award Will Be A Firm Fixed-price Contract With Economic Price Adjustment. The Government May Use Various Price Analysis Techniques And Procedures To Evaluate Price Reasonableness.
basis For Award: The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
technical And Past Performance, When Combined, Are Significantly More Important Than Cost Or Price.
instructions To Vendors:
all Vendors Must Be Registered In The System For Award Management (www.sam.gov). The Vendor’s Sam.gov Unique Entity Identifier (uei) Shall Be Specified Within The Quotation.
the Uei Will Be Utilized To Obtain The Contractor’s Sam.gov Federal Contractors Registration Within The System For Award Management (sam) At Http://www.sam.gov, In Accordance With Federal Acquisition Regulation (far) 52.204-7. The Contractor’s Registration Within Sam Must Be Current And Active In Sam At Time Of Quote And Award. The Online Sam Certification And Representations For Business Size Determination Must Qualify As A Small Business In Accordance With The Applicable Naics Code 332618 – Other Fabricated Wire Product Manufacturing (2022 Naics), With A Small Business Administration (sba) Size Standard Of 500 Employees. The Applicable Product Service Code (psc) Is 9545.
please Note That Registering In The Sam Database Is Free Of Charge. Free Sam Registration Assistance Can Be Obtained By Calling The Help Desk Toll Free At 866-606-8220. Free Assistance Can Also Be Found At Your Local Association Of Procurement Technical Assistance Centers (aptac) Office, Please Visit The Following Website To Find An Aptac Center: Https://www.aptac-us.org/contracting-assistance/.
vendors Must Submit The Following Documents To The Contract Specialist, Matthew Phillips Via E-mail At Matthew.phillips3@usda.gov Prior To The Closing Time/date Of The Solicitation As Stated Within Sam.gov. Please Be Aware That The Size Of The Email May Take Longer To Send. If Over 2mb, You May Need To Send More Than One Email. Please Make Sure That You Receive An Email Back From The Contract Specialist Stating That It Has Been Received:
completed And Signed Copy Of Sf1449 (posted As An Attachment With The Solicitation On Www.sam.gov).
standard Forms (sf) 30 (if Any Amendments Are Issued)
completed Attachment 1 - Solicitation 12639525q0061 Wire Ties Price Quotation Spreadsheet
completed Attachment 2 - Vendor Experience And Past Performance Sheet
completed Attachment 3 - Vendor Far Representations Solicitation 12639525q0061 (note: Attachment 3 Does Not Relate To An Evaluation Factor For Award; However, Failure To Submit A Completed Attachment 3 May Render A Vendor’s Quote Ineligible For An Award).
Closing Date2 Apr 2025
Tender AmountRefer Documents
Bicol Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Supply & Delivery Of Various It Supplies Ib No. 2025-02 1. The Bicol Medical Center, Through The General Appropriations Act/income Intends To Apply The Sum Of Pesos Five Million Four Hundred Twenty-two Thousand Three Hundred Fifty (php 5,422,350.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Various It Supplies - Ib No. 2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within 3 Years To 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 Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Section), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bidding Documents Total Abc To Be Bid Cost (php) Supply & Delivery Of Various It Supplies February 19, 2025 – March 12, 2025 February 27, 2025 9:00 A.m Procurement Conference Room, 2nd Floor, Building A, Bicol Medical Center March 12, 2025 8:30a.m Procurement Section, 2nd Floor, Building A, Bicol Medical Center March 12, 2025 9:00 A.m Procurement Conference Room, 2nd Floor, Building A, Bicol Medical Center 500 Thousand And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million 10,000.00 Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bacoffice2024@gmail.com For The Processing Of The Official Receipt. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before February 27, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. 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 In The Address, Date And Time As Stated Above And/or Via Cisco Webex Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before March 12, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10.in Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-2025-02-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-2025-02-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before March 12, 2025, 8:30am Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-2025-02-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, Building A Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bacoffice2024@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission:bmc.ebidding@gmail.com February 19, 2025 [date Of Issue] (sgd.) Wilbur B. Belleca, Md, Fpoa, Fpcs, Mha,cha Bac-i Chairperson
Closing Date12 Mar 2025
Tender AmountPHP 5.4 Million (USD 93.4 K)
Municipal Government Of Delfin Albano, Isabela Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Multi-purpose Hall 4 The Municipal Government Of Delfin Albano, Isabela, Through The 20% Development Fund 2025 Intends To Apply The Sum Of Five Million Pesos (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 09-2025-infra Construction Of Multi-purpose Hall 4. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1.the Municipal Government Of Delfin Albano, Isabela Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Eighty Calendar Days (180 Cd) Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3.interested Bidders May Obtain Further Information From Municipal Government Of Delfin Albano, Isabela And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 5:00 Pm. 4.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 2025 At 9:00 Am 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 Five Thousand Pesos (p 5,000. 00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Its Official Representative. 5.the Municipal Government Of Delfin Albano, Isabela Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On February 27, 2025 At 10:00 Am At The Conference Hall, 2nd F, Government Center, Delfin Albano, Isabela Which Shall Be Open To Prospective Bidders. 6.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before March 11, 2025 At 9:00 Am. 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 16. 8.bid Opening Shall Be On March 11, 2025 At 10:00 Am At The Given Address Below Conference Hall, 2nd F, Government Center, Delfin Albano, Isabela. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9.the Municipal Government Of Delfin Albano, Isabela 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. 10.for Further Information, Please Refer To: (sgd.)jet-jesoar R. Bagain Bac Secretariat Government Center Ragan Sur, Delfin Albano, Isabela Email Add: Gcdelfinalbanoisabela@yahoo.com Www. Lgudelfinalbano.org (sgd.)erliegy A. Butay Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Municipality Of Lal lo, Cagayan Valley Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section I. Invitation To Bid Invitation To Bid For The Construction Of Evacuation Center At San Lorenzo 1. The Municipal Government Of Lal-lo, Through The Fy 2025 Local Disaster Risk Reduction And Management Fund Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (php 2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Evacuation Center At San Lorenzo (infra-2025-02-014). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Lal-lo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Twenty (120) Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Lal-lo And Inspect The Bidding Documents At The Municipal Planning And Development Office (mpdo) During Office Hours, 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until The Deadline Of Bid Submission From The Municipal Planning And Development Office (mpdo) And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00) And Business Permit Fee Of One Thousand Five Hundred Pesos (php 1,500.00) To The Treasury Office. Interested Bidders Are Required To Secure Payment Order Slip At The Municipal Planning And Development Office (mpdo) Before Paying At The Municipal Treasury Office. 6. The Municipal Government Of Lal-lo Will Hold A Pre-bid Conference On February 26, 2025/9:00 Am At The Lal-lo Municipal Hall Bac Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Lal-lo Municipal Hall Bac Office On Or Before March 10, 2025/9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 10, 2025/9:00 Am At The Lal-lo Municipal Hall Bac Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Lal-lo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Ronald E. Matas Municipal Engineer/bac Chairperson P. Dupaya St., Centro, Lal-lo, Cagayan 3509 Philippines Contact No.: 0977-365-2620 Email Address: Official.lallobac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph February 18, 2025 (sgd.) Engr. Ronald E. Matas Chairperson
Closing Date10 Mar 2025
Tender AmountPHP 2.5 Million (USD 43 K)
Fertilizer and Pesticide Authority Tender
Housekeeping Services
Philippines
Details: Description Invitation To Bid For The Procurement Of Janitorial Services April 2025 To December 2025 1. The Fertilizer And Pesticide Authority, Through The General Appropriations Act Of Fy 2025 Intends To Apply The Sum Of One Million Two Hundred Fifty One Thousand Six Hundred Ninety Four Pesos And 44/100 Only (php1,251,694.44) As The Approved Budget For The Contract (abc) In Payment For Procurement Of Janitorial Services April 2025 To December 2025 (itb-2025-02-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Fpa Invites Prospective Bidders To Submit Their Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety (90) Days From The Date Of Acceptance Of The 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 The Fertilizer And Pesticide Authority 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 19, 2025 By Downloading It From The Websites Of The Philippine Government Electronic Procurement System (phil-geps) And The Fpa. No Hard Copy Will Be Provided To The Interested Bidders; Thus, The Cost Of Bidding Documents Is Hereby Waived. 6. The Fertilizer And Pesticide Authority Will Hold A Pre-bid Conference On February 27, 2025, (thursday) 1:30 P.m. At Board Room, 4th Floor, Fpa Building, Central Office, And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders Who Send Their Request At Fpa.bac@gmail.com For The Details Of The Virtual Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 11, 2025 (tuesday) 12:00 N.n. 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 11, 2025 (tuesday) 1:30 P.m. Board Room, 4th Floor, Fpa Building, Central Office The Given Address Below And Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Fertilizer And Pesticide Authority Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Olivia R. Marzan Mr. Jayar V. Rivera Mr. Jowee Estefan P. Gabiano Mr. Ernestly A. Aguilar Bac Secretariat Telephone Nos.: (02) 8426-5058 & (02) 8920-8339 1st Floor, Bac Room, Fpa Bldg., Bai Compd., Visayas Ave., Diliman, Quezon City E-mail Address: Fpa.bac@gmail.com (sgd.) Rowena C. Reyes, Mpa Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.5 K)
7701-7710 of 10000 active Tenders