Website Tenders

Website Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Sibugay 1st District Engineering Office Regional Office Ix Diplahan, Zamboanga Sibugay Invitation To Bid (january 13, 2025) For 25ji0047 – Completion Of Multi Purpose Building, Goling, Diplahan, Zamboanga Sibugay 1. The Zamboanga Sibugay 1st District Engineering Office, Through The Fy 2025 General Appropriation Act (gaa) – Basic Infrastructure Program (bip) Intends To Apply The Sum Of Php 3,960,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ji0047. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga Sibugay 1st Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi Purpose Building, Goling, Diplahan, Zamboanga Sibugay Contract Id No. : 25ji0047 Location : Brgy. Goling, Diplahan, Zamboanga Sibugay Scope Of Works : Completion Of Multi-purpose Building Approved Budget For The Contract : Php 3,960,000.00 Contract Duration : 110 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building And Industrial Plant. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 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) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr 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. 5. Interested Bidders May Obtain Further Information From The Zamboanga Sibugay 1st Deo And Inspect The Bidding Documents At Brgy. Kauswagan, Diplahan, Zamboanga Sibugay During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 From The Address Above 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. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Zamboanga Sibugay 1st Deo Will Hold A Pre-bid Conference On January 22, 2025 10:00am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Above For Manual Submission Or At Electronicbids_zamboangasibugay1@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 10:00 Am. 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 February 4, 2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 12. The Zamboanga Sibugay 1st Deo 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. 13. For Further Information, Please Refer To: Irish A. Torino Designated Head, Procurement Unit 09166372681 Torino.irish@dpwh.gov.ph Melvar B. Baroy Chief, Maintenance Section Bac, Chairperson

DEPT OF THE ARMY USA Tender

Others
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Details: Note: Updated To Include Rfi Responses And Updated Pws. this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation, W9124v-25-r-a002 Is Issued As A Request For Proposal (rfp) Using Far Part 13 – Simplified Acquisition Procedures. This Combined Synopsis/solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05, Effective May 22, 2024. this Is Asmall Business Set-aside. the Associated Naics Code Is 541810 "advertising Agencies", With A Size Standard Of $25.5m. note: If This Naics Is Not Listed As One Of Your Organization’s Codes In The System For Award Management (sam) Website, You Will Need To Certify Your Business Size For This Naics (prior To Award), Via Far Clause 52.212-3, Alternate I, Offeror Representations And Certifications--- Commercial Products And Commercial Services. invoicingshallbe Through Wawf At Https://piee.eb.mil And Payment Will Be Electronic Funds Transfer (eft) From Defense Finance And Accounting Service (dfas). award Type:the Montana Army National Guard (mtarng) Intends To Award A Firm-fixed Price (ffp) Contract For Name, Image, Likeness (nil) Influencer Marketing Services. Although The Government Reserves The Right, The Government Intends To Evaluate Proposals And Award A Contract Without Discussions. Therefore, Proposals Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. basis Of Award:the Government Will Evaluate All Proposals To Determine The Best Value To The Government When Evaluating Past Performance, Contractor Responsibility, Technical Capabilities And Proposed Marketing Plan That Maximizes The Recruiting And Retention’s Budget For This Requirement. proposal Submission Instructions:proposals Shall Include Point Of Contact Name With Contact Phone/email, Cage/uei, Socio-economic Status, Monthly And Total Price, Technical Description, And References. See Attached Performance Work Statement (pws) For Further Details. questions And Rfis Shall Be Submitted By The Deadline Of1700 Mdt On 28 January, 2025via Email To Kayla.a.rasmussen2.civ@army.mil. A Consolidated Government Response Will Be Posted To This Solicitation After The Deadline. submit Proposals Electronically Via Email Tokayla.a.rasmussen2.civ@army.milwith The Following Subject: Rfp W9124v-25-r-a002 (company Name). All Proposals Shall Be Submitted By1700 Mdt On 10 February, 2025. Late Submissions Will Not Be Considered. prior To Contract Award, The Business Must Be Registered On System For Award Management (sam) Website Http://www.sam.gov. Registration Must Be “active” At The Time Of Award.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 48.9 Million (USD 838.1 K)
Details: Description Invitation To Bid For Construction Of Road And Drainage System Along Barugo Road, Barangay 171 And Barangay 175, Caloocan City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 48,999,812.72 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0110 - Construction Of Road And Drainage System Along Barugo Road, Barangay 171 And Barangay 175, Caloocan City Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0110 Contract Name And Location : Construction Of Road And Drainage System Along Barugo Road, Barangay 171 And Barangay 175, Caloocan City Brief Description : Construction Of Road And Drainage System Approved Budget For The Contract (abc) : Php 48,999,812.72 Source Of Funds : Fy 2025 Nep Contract Duration : 270 Calendar Days Cost Of Bidding Documents : Php 25,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 5, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. 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_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 5, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, 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) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: January 15, 2025 Dpwh-infr-04-2016

Abu Dhabi Heritage Authority Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United Arab Emirates
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Description: Rfi-rfi - Unified Website And Mobile App

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|exempted By Military Service||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|n/a|tba |sprmm1|tba|tba|tba|tba|tba|tba|tba|||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|||||||| annual Representations And Certifications (jan 2025)|13|334412|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. 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. 2. No Drawings Or Technical Data Are Available For This Item. 3. Rfid Is Only Required If The Ship To Code Identified Above Is Listed At The Website With Dfars 252.211-7006 Passive Rfid, As The Time Of Shipment. Currently, There Are No Locations Listed That Require Passive Rfid Tagging. 4. Delivery Days_________aro. 5. Offer Valid For _____ Days. 6. Notice To Surplus/new Surplus/new Manufactured Surplus Suppliers: submission Of Your Quote Without A Surplus Certificate Will Null And Void Your Quote. A Surplus Material Certificate Must Accompany All Quotes For Surplus/new Surplus/new Manufactured. If Submitting Quote Via Edi, A Faxed Or Scanned Copy Must Be Sent To The buyer. 7. When Submitting Quotes Via Edi, Make Sure You Specify Any Exceptions (i.e. Mil Specs/standards, Packaging, I&a, Packaging Houses Etc) Or Follow Up With A Hardcopy Of The Exceptions. If Nothing Is Indicated Or Received, Award Will Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Will Have Consideration Costs Deducted On Modifications. 8.if Supplies Will Be Packaged At A Location Different From The Offeror Address, The Offeror Shall Provide The Name And Street Address Of The Packaging Facility. inspection Of Material Will Be At: ______________________________________________________________ inspection Of Packaging And Final Acceptance Of Material Will Be At: ______________________________________________________________ 9. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Oem Is (cage Code) And The Part Number You Are Offering. 10. Please Provide An Email Address For Follow Up Communications. ____________________________________________________________ it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electronic Commerce Online (neco) When Contracts/modifications Are Issued By Dla Maritime Mechanicsburg And Posted On Eda. To Receive These Notifications, Contact: Navsupwss Code 025, Procurement Systems Design And Contract Support Division Via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following Information With Your Request: Cage Code, Company Name, Address And poc With Phone Number And Email Address. contractors Can View Their Orders, Contracts And Modifications At The Electronic Document Access (eda) Web Tool. This Web Tool Is Located At The Procurement Integrated Enterprise Environment (piee) Website. It Is Recommended That The Contractor Register For Eda At Https://piee.eb.mil Click On New User And Registration. any Order Resulting From This Request For Quotation Will Require Electronic Submittal Of Receiving Report And Invoices Through Piee-wawf. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 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 Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;63812 456060-2; 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. 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.

MUNICIPALITY OF DUMARAO, CAPIZ Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Republic Of The Philippines Province Of Capiz Municipality Of Dumarao Office Of The Bids And Awards Committee Invitation To Bid For The Concreting Of Farm To Market Road At Brgy. Sibariwan, Dumarao, Capiz Itb No. 2025-01-12cw 1. The Lgu- Dumarao, Capiz Through The 20 % Development Fund Intends To Apply The Sum Of One Million Pesos Only (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Itb No. 2025-01-12cw. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-dumarao, Capiz Now Invites Bids For Concreting Of Farm To Market Road At Brgy. Sibariwan, Dumarao, Capiz Project Duration Is 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Lgu- Dumarao, Capiz And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested On January 15, 2025 Bidders On From Given Address And Website/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 One Thousand Pesos (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Lgu- Dumarao, Capiz Will Hold A Pre-bid Conference On January 22, 2025 At 9:00 A.m At Opcen, Lgu Dumarao, Pob. Ilaya, Dumarao, Capiz Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through, Manual Submission At The Office Address As Indicated Below On Or Before February 5, 2025 At 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 February 5, 2025 At 10:00 Am At The Given Address Below Opcen, Lgu- Dumarao, Pob. Ilaya, Dumarao, Capiz. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu- Dumarao, Capiz 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: Mrs . Cynthia G. Flores Bac Chairman Lgu- Dumarao, Capiz

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 148.5 Million (USD 2.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 24h00187 - Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2024 1105422 Regular Agency Fund-general Fund-unprogrammed Intends To Apply The Sum Of Php148,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-pupose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu With Contract Id No. 24h00187. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu Contract Id No. : 24h00187 Locations : Lapu-lapu City, Cebu Scope Of Works : Construction Of Building Approved Budget For The Contract : Php 148,500,000.00 Contract Duration : 360 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 Medium A For Building And Industrial Plant For License Classification B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 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. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 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 Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 7. The 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 Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 03, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii 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: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 24h00187 Dpwh And Philgeps Websites Posting: January 14 – January 21, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 39.1 Million (USD 670.4 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Revetment At Barangay Santa Cruz Contract Id No. : 25cc0286 Locations : Hagonoy, Bulacan Scope Of Works : Construction Of Revetment, Using 12.00 L.m. And 9.00 Ln.m. Steel Sheet Piles (front And Back), Net Length =123.60 Ln.m. Approved Budget For The Contract : P39,199,894.65 Contract Duration : 210 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of B For Medium A 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 5, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 15, 2025– February 5, 2025

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date14 Feb 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|x||x|||||| stop-work Order (aug 1989)|1|| 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|n/a|||||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| 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|335311|800|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| a Material Irpod Is Available At The Bpmi Website. please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid. 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 Depositedin The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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. 6.3 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. mark The Packaging Label With The Nomeclature Cited On The Irpod. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Sibugay 1st District Engineering Office Regional Office Ix Diplahan, Zamboanga Sibugay Invitation To Bid (january 14, 2025) For 24ji0119 – Construction Of Flood Control Structure Along Sibuguey River, Barangay Lindang, Diplahan, Zamboanga Sibugay 1. The Zamboanga Sibugay 1st District Engineering Office, Through The Fy 2024 Dpwh General Appropriations Act (gaa) 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 24ji0119. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga Sibugay 1st Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Control Structure Along Sibuguey River, Barangay Lindang, Diplahan, Zamboanga Sibugay Contract Id No. : 24ji0119 Location : Brgy. Lindang, Diplahan, Zamboanga Sibugay Scope Of Works : Construction Of Flood Control Structure Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 329 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium-a For Irrigation And Flood Control. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 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) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr 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. 5. Interested Bidders May Obtain Further Information From The Zamboanga Sibugay 1st Deo And Inspect The Bidding Documents At Brgy. Kauswagan, Diplahan, Zamboanga Sibugay During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 From The Address Above 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. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Zamboanga Sibugay 1st Deo Will Hold A Pre-bid Conference On January 22, 2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Above For Manual Submission Or At Electronicbids_zamboangasibugay1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 10:00 Am. 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 February 6, 2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 12. The Zamboanga Sibugay 1st Deo 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. 13. For Further Information, Please Refer To: Irish A. Torino Designated Head, Procurement Unit 09166372681 Torino.irish@dpwh.gov.ph Melvar B. Baroy Chief, Maintenance Section Bac, Chairperson
8431-8440 of 10000 active Tenders