Website Tenders

Website Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Chemical Products
United States
Closing Soon4 Mar 2025
Tender AmountRefer Documents 
Description: Dla Maritime Puget Sound Intends To Procure Wastewater Storage Tanks Manufactured In Accordance With Oem Material Specifications And To Be Provided And Delivered In Accordance With All Attached Documents Here Within. It Is Anticipated That The Solicitation Will Be Issued 100% Total Small Business Set Aside Using Commercial And Simplified Acquisition Procedures In Accordance With Far Parts 12 And 13.5. The Applicable Naics Code Is 332439. The Resultant Award Will Be A Firm Fixed-price Supply Contract For Fob Destination Delivery To Puget Sound Naval Shipyard And Immediate Maintenance Facility, Bldg 514, Bremerton, Wa. 98314. the Solicitation Number For This Requirement Is Spmym2-24-q-0745 And Is Expected To Be Posted On Or Around 2/18/2025 And Will Close 3/4/2025.any Questions Must Be Submitted In Writing Via E-mail.offers Wishing To Submit A Quote Are Responsible For Downloading Their Own Copy Of The Rfq And For Frequently Monitoring The Site For Any Amendments. this Solicitation And Any Subsequent Amendments Will Be Posted To The Sam Website: Sam.govelectronic Submission Of Quotes Is Available Through The Sam Website. if Choosing To Quote, Please Complete And Return The Solicitation Packet To Me By The Closing Date To Be Considered. in Order To Be Deemed Responsive, The Solicitation Must Be Completed In Its Entirety, And Must Include The Following: 1. Fill Out Box 17a, Then Read Box 28 And Sign Page 1 Boxes 30 A, B, And C. 2. Provide Your Cage Code. 3. Please Quote Fob Destination Bremerton, Wa. 4. Annotate The Lead Time. 5. Annotate The Name Of The Manufacturer, And The Products Country Of Manufacturing. 6. Return This Information With Your Quote. in Order To Be Considered For Award, If The Contractor (awardee) Is Required To Implement Nist Sp 800-171, The Contractor (awardee) Shall Have A Current Assessment As Detailed In Dfars 252.204-7019 (i.e., Not More Than 3 Years Old Unless A Lesser Time Is Specified In The Solicitation) **items Deemed To Be Commercial Off The Shelf (cots) Are Exempt From Nist Sp 800-171 Requirement. Must Identify And Provide Information To Contracting Officer On Bid During Solicitation Period** for Your Bid To Be Deemed Responsive, A Signed And Completed Solicitation Must Be Submitted Via Email Or Fax. Ensure You Check Applicable Boxes In Clause 52.204-24 (2)(d) (1) And (2). email: Jack.edwards@dla.mil fax: 360-476-41

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date24 Mar 2025
Tender AmountRefer Documents 
Description: Nsn 7r-1680-014630598-ek, Ref Nr 123scab100-501, Qty 1 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094.the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.based Upon Market Research, The Government Is Not Using The Policies Containedin Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For Thedescribed Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.the Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Drawing Not Available

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: M67854-25-r-5104 this Is A Pre-solicitation Notice For A Commercial Acquisition Utilizing Far Parts 12 And 15 Procedures. This Pre-soliciation Notice Is Not A Request For Proposal (rfp). All Potential Vendors Should Not Submit Formal Proposal Responses Until The Rfp Is Posted To This Website. This Notice Is For Informational Purposes Only And The Government Is Not Obligated To Issue A Solicitation As A Result Of This Notice. Also, This Pre-solicitation Notice Is Not To Be Construed As A Commitment By The Government And Nor Shall The Government Pay For Any Information Submitted As A Result Of This Posting. the Marine Corps Systems Command Has A Requirement For Operational Support In The Form Of Corrosion Repair Services. Program Management Combat Support Systems, Corrosion Prevention And Control (cpac) Team Requires Field-level Intermediate Maintenance Support In The Form Of Corrosion Repair. The Support Includes Inspection, Disassembly, Cleaning, Body Repair, Surface Preparation, Coating Application, Registration Marking And Reassembly. the North American Industry Classification System (naics) Code For This Requirement Will Be (naics) Code 811121, Automotive Body, Paint, And Interior Repair And Maintenance. The Product Service Code (psc) J023, Maint/repair/rebuild Of Equipment-ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles. It Is Intended That The Place Of Performance Will Be The Aboard The Corrosion Repair Facility (crf) In Okinawa, Japan. this Solicitation Will Be Issued As A Full And Open Competition. The Following Evaluation Criteria Will Be Used To Evaluate Each Offerors Proposal: Technical, Past Performance, Small Business Participation Plan, And Price. Any Resultant Contract Will Be A Firm Fixed Price, Services Contract. The Performance Period For This Contract Will Span 5 Years From The Date Of Award With An 8-month Base Period And Four, 1-year Option Periods. all Offerors, Regardless Of Size, Shall Submit A Small Business Participation Plan Conforming To The Requirements Of Far 19.7 And Dfars 219.7. Small Business Participation Plan Goals Will Be Presented In The Solicitation Once Released. additionally, All Respondents Must Be Registered In The System For Award Management And Vets-4212 Database. the Anticipated Solicitation Release Date Is Anticipated By April 2025 And Will Be Issued Via Sam.gov. All Notices And Amendments To The Solicitation Will Be Posted At This Same Site And The Offeror Will Be Responsible For Obtaining All Documents Associated With This Procurement. offerors Will Have 30 Days To Submit Proposals. no Further Information Is Available Until Official Issuance Of The Formal Solicitation.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 8.2 Million (USD 141.3 K)
Details: Description Invitation To Bid For Asset Preservation Program - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Primary Roads - Jose Abad Santos Ave (jasa) - Dinalupihan, Bataan - Contract Id No. 25co0069 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 8,202,499.31 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0069: Asset Preservation Program - Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Primary Roads - Jose Abad Santos Ave (jasa) - Dinalupihan, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Asset Preservation Program - Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Primary Roads - Jose Abad Santos Ave (jasa) - Dinalupihan, Bataan Contract Id No. : 25co0069 Locations : Dinalupihan, Bataan Scope Of Works : Road (slope Protection Structure) Approved Budget For The Contract : Php 8,202,499.31 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c&d”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B 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 (ra) No. 9184, Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 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 Of Php 10,000.00. 7. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 – 9:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_bataan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 11, 2025 Before 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 18. 11. Bid Opening Shall Be On March 11, 2025 At 10:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b) (ii) C) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 19, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Albay 3rd District Engineering Office Regional Office V Paulog, Ligao City Invitation To Bid For Organizational Outcome 1 - Ensure Safe And Reliable National Road System - Network Development Program - Construction Of By-pass And Diversion Roads - Camarines Sur - Albay Diversion Road, Package 1, Albay The Dpwh - Albay 3rd District Engineering Office, Through Gaa Fy 2025 Of R.a. 12116 Intends To Apply The Sum As Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract Specified Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Dpwh - Albay 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25fo0057 Name Of Contract : Organizational Outcome 1 - Ensure Safe And Reliable National Road System - Network Development Program - Construction Of By-pass And Diversion Roads - Camarines Sur - Albay Diversion Road, Package 1, Albay Location : Guinobatan, Albay Scope Of Works : Construction Of 525.00 M. / 2.100 Lane-km Road At Said Location Approved Budget For The Contract : Seventy-two Million Three Hundred Seventy-five Thousand Pesos 72,375,000.00 ) Contract Duration : 195 Cd Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least A Pcab License Category B (medium A). 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 Building, 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 Contactor Profile Eligibility Process (cpep), And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm, Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Using Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, As Well As All Applicable Procurement-related Dpwh Department Orders (do). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Interested Bidders May Obtain Further Information From The Procurement Unit Office, And Inspect The Bidding Documents At Dpwh - Albay 3rd District Engineering Office, Paulog, Ligao City, During Weekdays From 8:00 Am - 12:00 Pm & 1:00 Pm - 5:00 Pm. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In Itb Clause 16. The Technical And Financial Documents Must Be Paginated, Bounded, Tab Marked, And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until The Submission Of Bids, From The Given Address, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (p50,000.00). Bidders Can Make Payment For The Purchase Of Bid Documents At Any Dpwh Field Office. Should They Opt To Make Such Payment In Our Office, They Are Advised That The Cut-off Time For Securing The Memo For Order Of Payment Is At 8:45 Am, And The Order Of Payment Itself From The Accounting Section For Such Fee Is At 9:15 Am, Respectively, On The Deadline Date For The Receipt By The Bac Of Bids. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website - Www.philgeps.gov.ph, And/or At The Dpwh Website - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Dpwh - Albay 3rd District Engineering Office Will Hold Pre-bid Conference On February 26, 2025 At 9:00 Am At The Procurement Unit Office, Paulog, Ligao City, Which Shall Be Open To Prospective Bidders. Bid Submission May Be 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. Prospective Bidders. Who Opts To Submit Bids Manually, Shall Present Their Original Official Receipt Of Payment For Bidding Documents (project Specific) To The Bac Secretariat Of This Office Before Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representative/s As Reflected In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 197 Series Of 2001. Thus, Said Owner Or Representative Is Required To Present Two (2) Government Issued Identification Cards W/ Photo & Signature, For Identity Purposes. Bids Must Be Duly Received By The Bac Secretariat Through Either (i) Manual Submission At The Procurement Unit Office, Paulog, Ligao City, Or (ii) Online Or Electronic Submission At Electronicbids_albay3@dpwh.gov.ph , On Or Before March 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On March 11, 2025 Right After The Deadline For The Submission And Dropping Of Bids, At The Procurement Unit Office, Paulog, Ligao City. Bids Will Be Opened In The Presence Of The Bidders' Representative/s Who Choose To Attend The Activity. Likewise, Prospective Bidders Are Advised That This Office Will Be Implementing D.o. 28 Series Of 2024 - 3-strike Policy In The Procurement Of Contracts For Infrastructure Works, Goods, And Consulting Services. Prospective Bidders Are Reminded And Emphasis Is Given That, If At The Time Of Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To Section 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Also, Prospective Bidders Are Advised To Indicate Their Company/firm's Official E-mail Address In Their Bidding Documents. Official Communication/s, Pertaining To This Procurement After The Opening Of Bids, Will Be Thru The Internet On Said Official E-mail Address As Reflected In Your Submitted Bidding Documents. The Dpwh-albay 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.1 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Incurring Any Liability To The Affected Bidder/s. For Further Information Please Refer To: Engr. Rubirosa A. Nota Head - Procurement Unit Procurement Unit Office Paulog, Ligao City Albay3rdbacsec@gmail.com Eddie A. Hernandez Bac Chairperson February 18, 2025 Date Issued

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0073: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure, Barangay Bobon, Burgos, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,990.36 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0073 - Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure, Barangay Bobon, Burgos, Ilocos Norte Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 69 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; ≤ 15m ; Allowable Range Of Contract Cost Up To Php 30m. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43 Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 – March 11, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 11, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.   14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 19, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted By: Glenn C. Miguel District Engineer

Rizal Medical Center Tender

Others
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 3.8 Million (USD 66.1 K)
Details: Description Invitation To Bid For Supply And Delivery Of Various Engineering Supplies Itb No. 2025-013 1. The Rizal Medical Center, Through The Gaa 2025 Intends To Apply The Sum Of Three Million Eight Hundred Thirty Nine Thousand Nine Hundred Eighty Pesos (php3,839,980.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Engineering Supplies Under Itb No. 2025-013. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Rizal Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within [insert Relevant Period] 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 Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below During Monday To Friday 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 February 2025 From The Given Address And Website(s) In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Rizal Medical Center Will Hold A Pre-bid Conference On 27 February 2025, Thursday 11:00 A.m. At Room M, 2nd Floor, Dormitory Bldg., Rizal Medical Center, Pasig Blvd., Pasig City, 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 12 March 2025, Wednesday, 11:00 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 14. 9. Bid Opening Shall Be On 12 March 2025, Wednesday, 11:00 A.m. At Room M, 2nd Floor, Dormitory Bldg., Rizal Medical Center, Pasig Blvd., Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Rizal 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 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. The Rizal 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 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: Edwin Alcazar, Llb Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917-1046556 Email: Bac@rmc.doh.gov.ph Pes Website: Rmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Www.rmc.doh.gov.ph February 19, 2025 __________________________________ (sgd)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| desired And Required Time Of Delivery (june 1997)|29|0001|1|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| annual Representations And Certifications (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Is A Ffp Unit Procurement Price To Acquire 1 Each Sleeve And Slide,di,nsn 1hm 4820 011235091. This Is The Only Nsn Authorized For Procurementagainst This Procurement Order. the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. this Is A Rated Order Certified For National Defense Use, And The Contract Will Follow All The Requirements Of The Defense Priorities And Allocations System Regulation (15 Cfr 700). The Following Applies To This Purchase Order: dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment. contractor Poc Name: ________________ phone Number: _______________ email: _______________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Sleeve And Slide,di . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Sleeve And Slide,di Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;78062 20214-410; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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 navsup-wss 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 Enue: commanding Officer navsup-wss 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: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. this Slide And Sleeve Matched Set Is Supplied Separately From The Valve In Which It Will Be Installed. It Has Been Tested For Conformance To Proof Pressure, Friction And Leakage Requirements Per The Associated Acceptance Test Procedure (atp). However, Sargent cannot Guarantee Conformance To Valve Assembly Test Requirements Once Installed. Acoustic Testing Has Not Been Performed On This Slide And Sleeve Matched Set As This Testing Requires The Parent Valve Assembly To Evaluate Performance.

Municipality Of Quirino, Isabela Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 15 Million (USD 258.5 K)
Details: Description Republic Of The Philippines Province Of Isabela Municipality Of Quirino Office Of The Bids And Awards Committee (bac) Invitation To Bid For The Road Concreting Of Tobacco Producing Barangay - Brgy. Vintar Road 1. The Local Government Unit Of Quirino, Isabela, Through The Lgu Share From The Collection Of Tobacco Excise Tax For Fiscal Year 2022, Intends To Apply The Sum Of Fifteen Million Pesos (php 15,000,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Road Concreting Of Tobacco Producing Barangay - Brgy. Vintar Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Quirino, Isabela, Now Invites Bids For The Road Concreting Of Tobacco Producing Barangay - Brgy. Vintar Road. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Quirino, Isabela And Inspect The Bidding Documents At The Address Given Below From 8:00am - 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 – March 12, 2025 From The Address Below Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (phil-geps) 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. 6. The Local Government Unit Of Quirino, Isabela Will Hold A Pre-bid Conference On February 27, 2025, 8:30am At Municipal Conference Hall, 2nd Floor, Municipal Town Hall Building, Quirino, Isabela, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 12, 2025, 8:30am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 12, 2025, 8:45am At Municipal Conference Hall, 2nd Floor, Municipal Town Hall Building, Quirino Isabela. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Further, Be It Known By The Public And All Prospective Bidders That The Final Award Of This Project To The Winning Lowest Calculated And Responsive Bidders Shall Be Made Only Upon The Approval And Released Of The 2019 General Appropriation Act (gaa) As Per National Expenditure Plan (nep). 9. The Local Government Unit Of Quirino, 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Julius B. Miguel Bac - Chairman Lgu - Quirino, Isabela Cp #: 0917 - 6290 - 043 E-mail Address: Lguquirino.mpdo@yahoo.com

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0102: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Rehabilitation Of Slope Protection Structure, Barangay San Leandro, Sarrat, Ilocos Norte 1.the Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,899,679.53 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0102: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Rehabilitation Of Slope Protection Structure, Barangay San Leandro, Sarrat, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 47 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; < Php15m; Allowable Range Of Contract Cost Up To Php 30m. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification And Guidelines On The Implementation Of Early Procurement Activities (epa). 5.if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6.interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8.the Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11.bid Opening Shall Be On March 11, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12.refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13.the Dpwh – Ilocos Norte First District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14.for Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15.you May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 19, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
7761-7770 of 10000 active Tenders