Website Tenders
Website Tenders
LIGA NG MGA BARANGAY, MAGSINGAL, ILOCOS SUR CHAPTER Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Province Of Ilocos Sur Municipality Of Magsingal Invitation To Bid For The Continuation Of Drainage Canal Of Brgy. Puro, Magsingal, I. Sur. 1. The Brgy. Puro, Magsingal, I. Sur Intend To Apple The Sum Of Four Hundred Eighty One Thousand Five Hundred Fifty Three Pesos Only (481,553.00) Being Approved Budget For The Contract(abc). 2. The Brgy. Puro, Magsingal, I. Sur Now Invites Bids For The Continuation Of Drainage Canal. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will E Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified The Implementing Rule & Regulations(irr) Of Republic Act 9184(ra 9184), Otherwise Known As The "government Procurement Reform Act" Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organization With At Least Seventy Five Percent(75%) Interest Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. A Complete Set Of Bidding Documents May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System(philgeps). 5. The Brgy. Puro, Magsingal, I. Sur Will Hold A Pre-bid On January 22, 2025 At 9:00 A.m. At Brgy. Hall Of Puro, Magsingal, I. Sur, W/c Shall Be Open To All Interested Parties. 6. Bid Must Delivered To The Address On Or Before February 19, 2025 Until 12:00 Noon At Brgy. Hall. Bids Will Be Opened In The Presence Of The Bidder's Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Have Opened On January 28, 2025 At 9:00 A.m. At Brgy. Puro, Magsingal, I. Sur. The Complete Schedule Activities Is Listed Below As Follows: Activities Schedule: Issuance Of Bid Documents- February 1, 2025 Bid Evaluation- February 5, 2025 Post Qualification- February 10, 2025 Issuance Of Notice Award- February 18, 2025 Contact Person: Brgy. Capt. Norlando Tabalanza Cp#09178025556
Closing Date17 Feb 2025
Tender AmountPHP 481.5 K (USD 8.2 K)
Municipality Of Pamplona, Camarines Sur Tender
Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Sur Municipality Of Pamplona Invitation To Bid For Purchase Of Tools/jigs/equipment 1. The Local Government Of Pamplona, Camarines Sur, Through The Trust Fund (dole) Intends To Apply The Sum Of One Million Nine Hundred Eighty Three Thousand One Hundred Seven Pesos & 50/100 (php1,983,107.50) Being The Abc To Payments Der The Contract For Purchase Of Tools/jigs/equipment/100-25-01-008. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Pamplona, Camarines Sur, Through The Trust Fund (dole) Intends To Apply The Sum Of One Million Nine Hundred Eighty Three Thousand One Hundred Seven Pesos & 50/100 (php1,983,107.50) And The Purchase Of Tools/jigs/equipment/100-25-01-008 Being The Abc To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Of Pamplona, Camarines Sur, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Of Pamplona, Camarines Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7-24, 2025 At 8:00 Am To 5:00 Pm At Engineering Office From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Two Thousand Pesos (php2,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 9 6. The Local Government Of Pamplona, Camarines Sur Will Hold A Pre-bid Conference 1 On February 13, 2025 At 9:00 Am At Engineering Office, Poblacion, Pamplona, Camarines Sur, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 26, 2025 , At 8:00 Am At Engineering Office , Pamplona, Camarines Sur. 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 February 26, 2025, 9:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Issuance Of Bidding Documents February 7-24, 2025 At 8:00 Am To 5:00 Pm At Engineering Office, Pamplona, Camarines Sur Submission Of Bid Docs February 26, 2025, 8:00 Am At Engineering Office, Pamplona, Camarines Sur Pre-bid Conference February 13, 2025, 9:00 Am At Engineering Office, Pamplona, Camarines Sur Bid Opening February 26, 2025, 9:00 Am At Engineering Office, Pamplona, Camarines Sur Bid Evaluation February 27, 2025, 2:00 Pm Engineering Office, Pamplona, Camarines Sur Post Qualification February 28, 2025 To March 3, 2025, 2:00 Pm At Engineering Office, Pamplona, Camarines Sur Notice Of Award March 4, 2025 10. The Local Government Of Pamplona, Camarines Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Gloria Lorena R. Senosin Bac Secretary Menro 12. You May Visit The Following Websites: 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. For Downloading Of Bidding Documents: Philgeps] February 5, 2025 Engr, Alvin C. Federico Bac Chairman
Closing Date14 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.9 K)
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1/license Software, Nvivo 14 Academic, One (1) Perpetual License For 2 Devices (1 Online-connected And 1 Offline For Simultaneous Use), Three (3) Years Of End-user Support Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1/license Software, Nvivo 14 Academic, One (1) Perpetual License For 2 Devices (1 Online-connected And 1 Offline For Simultaneous Use), Three (3) Years Of End-user Support 71,050.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon10 Feb 2025
Tender AmountPHP 71 K (USD 1.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Request For Expression Of Interest (rei) For 25csff03- Appraisal And Valuation Of 6 Parcels Of Lots Affected By Right-of-way Requirements Of 3 Projects, In Accordance With The Terms Of Reference (tor),, Camarines Sur 3rd Ld 1. The Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office, Through The Gaa Cy 2025 Intends To Apply The Sum Of One Hundred Fifteen Thousand Three Hundred Twenty Eight Pesos And 54/100 (php 115,328.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25csff03- Appraisal And Valuation Of 6 Parcels Of Lots Affected By Right-of-way Requirements Of 3 Projects, In Accordance With The Terms Of Reference (tor), Camarines Sur 3rd Ld. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office Now Calls For The Submission Of Eligibility Documents For 25csff03- Appraisal And Valuation Of 6 Parcels Of Lots Affected By Right-of-way Requirements Of 3 Projects, In Accordance With The Terms Of Reference (tor), Camarines Sur 3rd Ld. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before February 11, 2025 At 10:00am At The Bids And Award Committee (bac) Room, Dpwh-camarines Sur 3rd Deo, Baras Canaman, Camarines Sur. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 11, 2025 From The Address Below. Cost Of Bidding Documents: Php 1,000.00 5. 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. 6. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I) Experience Of The Firm -----------------------------------------60 Points Ii) Availability Of Required Personnel Of The Firm --------------10 Points Iii) Workload ---------------------------------------------------------30 Points Total -------------------------------------------------------------100 Points 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 8. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qbs) Procedure. The Procuring Entity Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instruction To Bidders. 9. The Contract Shall Be Completed Within 40 Calendar Days. 10. The Department Of Public Works And Highways, Camarines Sur 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. 11. For Further Information, Please Refer To: Debbie H. Escuro Jose B. Gigantone, Jr. Head, Procurement Unit/ Bac Secretariat Bac Chairman Dpwh Camarines Sur 3rd Deo Dpwh Camarines Sur 3rd Deo Approved: Romeo D. Doloiras District Engineer Date Of Posting: January 14-20, 2025
Closing Soon11 Feb 2025
Tender AmountPHP 115.3 K (USD 1.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Attachment 1: Template For Combined Synopsis-solicitation For Commercial Items
description
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 17, 2025.
this Solicitation Is Set-aside For Sdvosb.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621610, With A Small Business Size Standard Of $19 Mil.
the Fsc/psc Is Q403.
the Carl Vinson Vamc, Located At 1826 Veterans Blvd, Dublin, Ga Is Seeking To Purchase Home Sleep Apnea Testing Interpretation Services.
all Interested Companies Shall Provide Quotations For The Following Services:
services
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
remote Watchpat Test Interpretation Services
contract Period: Base
local Stock Number: Cs2116051
1800.00
ea
0002
watchpatâ® One Direct Program
contract Period: Base
local Stock Number: Cs2117002
1800.00
ea
base Year
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
1001
remote Watchpat Test Interpretation Services
contract Period: Option 1
local Stock Number: Cs2116051
900.00
Ea
1002
watchpatâ® One Direct Program
contract Period: Option 1
local Stock Number: Cs2117002
900.00
Ea
option Year 1
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
2001
remote Watchpat Test Interpretation Services
contract Period: Option 2
local Stock Number: Cs2116051
900.00
Ea
2002
watchpatâ® One Direct Program
contract Period: Option 2
local Stock Number: Cs2117002
900.00
Ea
option Year 2
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
3001
remote Watchpat Test Interpretation Services
contract Period: Option 3
local Stock Number: Cs2116051
900.00
Ea
3002
watchpatâ® One Direct Program
contract Period: Option 3
local Stock Number: Cs2117002
900.00
Ea
option Year 3
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
4001
remote Watchpat Test Interpretation Services
contract Period: Option 4
local Stock Number: Cs2116051
900.00
Ea
4002
watchpatâ® One Direct Program
contract Period: Option 4
local Stock Number: Cs2117002
900.00
Ea
option Year 4
statement Of Work
itamar Medical Interpretation Service
general: This New Urgent Request Is Due To A Current Backlog Of 903 Sleep Study Consults For The Home Sleep Studies That Have Not Been Read. The New Service Request Will Include Having The Company Not Only Provide The Interpretation Service, But They Will Also Send Out The Equipment To The Veterans And Interpret The Study Once It Is Returned To Them. They Will Maintain The Upcoming Studies And Close Out Timely.
equipment Description: This Is An Interpreting Service That Will Send Out Home Study Kits For The Veterans To Use At Home. Once The Kit Is Returned To The Company, They Will Interpret The Study And Then Provide Cpap/bipap Machines To The Veteran If Ordering Is Required.
performance Requirements: The Interpreting Service Will Directly Send Out The Home Sleep Study Kits To The Veterans. Once The Kits Are Returned To The Service And Study Interpreted The Veteran Will Receive Machines As Needed If Provider Orders The Equipment.
contract Performance Monitoring:
the Government Reserves The Right To Monitor Services In Accordance With Performance Requirements.
cloudpat Website Enables The Interpreting Physician As Well As The Sleep Technologist To Access Sleep Studies And Prescriptions.
days And Hours Of Operation:
all Work Required In The Performance Of This Contract Shall Be Performed During The Hours Of Monday Saturday 24/7 And Reports/results Should Be Returned Within 48 Hours After Test Have Been Uploaded.
the Watch Pat Studies Are Interpreted By Board Certified Sleep Physician.
purchase Is Good Until All 903 And Any Plus Studies Have Been Performed And Interpreted (meaning No Expiration On Interpretation Services)
the Interpretation Will Include:
diagnosis
therapy Prescription If Needed
this Will Provide A Proficient Solution For The Backlog Of Patients Requiring Sleep Studies.
termination Of Service:
The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience.
security:
the Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations And Policies.
~end Of Sow~
similar Services/items Should Be Compatible To And Meet Or Exceed Similar Items Produced By Zoll Itamar Surgical.
place Of Performance
address: Carl Vinson Vamc
1826 Veterans Blvd
dublin, Ga
postal Code: 31021
country: United States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Items
far 52.212-2, Evaluation-commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services [nov 2023]
Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
vaar 852.201-70 Contracting Officer S Representative (dec 2022)
vaar 852.203-70 Commercial Advertising May 2018
vaar 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (jan 2023) (deviation)
vaar 852.223-71 Safety And Health (sep 2019)
vaar 852.232 72, Electronic Submission Of Payment Requests
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
far 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper (may 2011)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-18 Commercial And Government Entity Code Maintenance
(jul 2016)
far 52.228-5 Insurance Work On A Government Installation (jan 1997)
far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013)
cl-120 Supplemental Insurance Requirements
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
[52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-14, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, And 52.242-5.]
all Quoters Shall Submit The Following:
adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Description/specifications And Work Statement, And A Complete 852.219-75 - Attachment 2 Limitations On Subcontracting
all Quotes Shall Be Sent To The Darius Crane, Nco 7 Contracting Officer Email Darius.crane@va.gov. Not Later Than 02/11/2025 15:30 Eastern Time. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
technical
adequate Documentation Detailing The Capabilities Of The Offeror To Meet The Requirements Of The Statement Of Work,
past Performance - Utilizing Cpars, And
price
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, And Conditions.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures.
the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition
is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or
uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or
is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show
â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter;
a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address;
(8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments;
(10)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 90 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(e)â late Submissions, Revisions, And Withdrawals Ofâ quotes.
(1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition.
(3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(f)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation.
(g)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
(h)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(i)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co.
(end Of Provision)
the Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
52.204-7, System For Award Management (oct 2018)
52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.233-2, Service Of Protest (sept 2006)
852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
852.233-71, Alternate Protest Procedure (oct 2018)
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 02/11/2025 15:30 Eastern Time Via Email To Darius.crane@va.gov. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Received By January 29, 2025, Nlt 12:00 Pm Est And Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Please Place In Attention: 36c24725q0287 Sleep Study Services In The Subject Line Of Your Email.
darius Crane
contracting Officer
darius.crane@va.gov
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+2Road Construction, Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Higways Iloilo City District Engineering Office Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi Invitation To Bid For 25gj0049 Construction Of Road With Drainage, Barangay Punong Lapuz, Iloilo City, Iloilo 1. The Department Of Public Works And Highways, Iloilo City District Engineering Office, Through The General Appropriation Act (gaa) 2025 Intends To Apply The Sum Of Four Million, Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Road With Drainage, Barangay Punong Lapuz, Iloilo City, Iloilo Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Iloilo City District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road With Drainage, Barangay Punong Lapuz, Iloilo City, Iloilo Contract Id No. : 25gj0049 Locations : Iloilo City Scope Of Works : Construction Of Road With Drainage Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 158 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Construction Of Road With Drainage, Barangay Punong Lapuz, Iloilo City, Iloilo. 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 Must 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 Department Of Public Works And Highways, Iloilo City District Engineering Office And Inspect The Bidding Documents At Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi During Week Days From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 – February 13, 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 Five Thousand Pesos Only (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 Department Of Public Works And Highways, Iloilo City District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 @ 10:00 Am At Department Of Public Works And Highways, Iloilo City District Engineering Office, Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi 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 Below For Manual Submission Or At Electronicbids_iloilocity@dpwh.gov.ph For Electronic Submission On Or Before February 13, 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 13, 2025 Right After The Submission Of The Bids At Department Of Public Works And Highways, Iloilo City District Engineering Office, Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Above Mentioned Address. Bids Submitted Following The Deadline Of The Submission Of The Bids Shall Not Be Accepted. All Ongoing Projects Shall Be Compared To Project And Contract Management Application (pcma). 12. The Department Of Public Works And Highways, Iloilo City 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. 13. All Outgoing Communications Will Be Coursed Through Dpwh.iloilocity@gmail.com Or Any Other Communication Channel Of Department Of Public Works And Highways, Iloilo City District Engineering Office. For Further Information, Please Refer To: Czarinna Verlynne M. Caspillo Bac Secretariat, Dpwh-icdeo (033) 337-32-63 Dpwh.iloilocity@gmail.com Christian Joy G. Garcia Bac Chairperson, Dpwh-icdeo (033) 337-83-87 Dpwh.iloilocity@gmail.com
Closing Soon13 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supplythe Below Item:
breathing Apparatus
rc001: Documentation Requirements For Source Approval Request (sar)
rp001: Dla Packaging Requirements For Procurement
ra001: This Document Incorporates Technical And/or Quality Requirements
(identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The
dla Master List Of Technical And Quality Requirements Found On The Web
at:
http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq009: Inspection And Acceptance At Origin
rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For
manufacturers And Non-manufacturers
rd003, Covered Defense Information Potentially Applies
rq011: Removal Of Government Identification From Non-accepted Supplies
per Oem Us Divers Aqua Lung Letter, Dated 1 Nov 11, Aerial Machine And
tool/cage 70133 Is The Approved Distributor For Subject Nsn And Part
number. Us Divers Is Still The Mfg. The Marking Requirements Shall Have
us Divers Cage And Part Number Identified Along With Aerial's Cage And
contract Number For Tracebility. Per Aqua Lung Letter, Transaero
inc/cage 27541 Is An Authorized Distributor Of Aviation And Tactical
equipment From Aqua Lung For Subject Nsn And Part Number. The Marking
requirements Shall Have Us Divers Cage And Part Number Identified Along
with Transaero's Cage And Contract Number For Tracebility
when The Purchase Order Text (pot)
describes The Required Product(s) By Name And
part Number Of A Specific Entity, By The Names
and Part Numbers Of A Number Of Specific
entities, Or By The Name(s) And Part Number(s)
of Specific Entity/entities As Modified By
additional Requirements Set Forth In The Pot<(>,<)>
only That/those Product(s) Have Been Determined
to Meet The Needs Of The Government And Are
acceptable. Such Product(s) Are "exact
product(s)" As Defined In "dlad 52.217-9002<(>,<)>
conditions For Evaluation And Acceptance Of
offers For Part Numbered Items."
a Vendor Offer/quotation, "bid Without
exception," Is A Certification That The "exact
product," Manufactured And/or Supplied By One
of The Entities Cited In The Pot Will Be
furnished Under The Contract Or Order. Any
product Not Manufactured And/or Supplied
by One Of The Entities Cited In The Pot
is An "alternate Product," Even Though It
might Be Manufactured In Accordance With The
drawing(s) And/or Specifications Of One Of The
entities Cited In The Pot.
if An Alternate Product Is Furnished Under A
contract Or Order For An Exact Product, The
alternate Product Will Be An Unauthorized
substitution, And May Yield Criminal Penalties
in Addition To Any Civil Remedies Available To
the Government.
adequate Data For The Evaluation Of Alternate
offers Is Not Available At The Procurement
agency.the Offeror Must Provide A Complete
data Package Including Data For The Approved
and Alternate Part For Evaluation.
this Is A Navy Identified Critical Safety Item
(csi)
.
all Requests For Waivers Or Deviations Must Be
forwarded To The Dsc Contracting Officer For
review And Approval.
.
all Items Of Supply Shall Be Marked Iaw
mil-std-129. In Addition, Each Unit Pack Will
be Marked With Lot And Serial Number (if Available)<(>,<)>
contractor's Cage Code, Actual Manufacturer's
cage Code And Part Number.
hazard Communication Standard Notice:
effective June 1, 2015, Federal Standard No. 313-e, Material Safety
data, Transportation Data And Disposal Data For Hazardous Materials
furnished To Government Activities, Establishes The Requirement For
preparation And Submission Of Safety Data Sheets (sds) In Lieu Of
material Safety Data Sheets (msds) By Suppliers Who Provide Hazardous
materials To Government Activities.
the Occupational Safety And Health Administration (osha) Has Modified
its Hazard Communication Standard (hcs) To Conform To The United Nations
globally Harmonized System Of Classification And Labeling Of Chemicals.
as A Result Of This Change, Gsa Revised Federal Standard No. 313-e
requiring Safety Data Sheets For Classifying Chemicals And Communicating
the Applicable Information On Labels.
in Accordance With The Revised Standard After June 1, 2015:
1. Suppliers Will Be Required To Submit, To The Contracting Officer For
review And Approval Prior To Award, Safety Data Sheets Consistent With
the Requirements Found At 29 C.f.r. 1910.1200 For Hazardous Materials
delivered To The Government.
2. Suppliers Will Also Be Required To Submit, To The Contracting Officer
for Review And Approval Prior To Award, Hazardous Communication Standard
(hcs) Labels In Accordance With 29 C.f.r. 1910.1200 Requirements Or
current Consumer Product Safety Act (cpsa), Federal Hazardous Substance
act (fhsa) Labels When Subject To Labeling Requirements Under Those
statutes. This Product Labeling Is Required For Hazardous Materials
delivered To The Government.
3. Finally, Suppliers Must Train Their Employees On The New Safety Data
sheets, Hazardous Communication Labels, And Requirements Of 29 C.f.r.
1910.1200.
for More Information On Sds, Refer To Oshas Website, Available At:
https://www.osha.gov/law-regs.html
for Information On 29 C.f.r. 1910.1200, Refer To The Below Link:
https://www.osha.gov/dsg/hazcom/index.html
ip025: Packaging, Marking, And Shipping Of Hazardous Materials
this Is A Navy Identified Critical Safety Item
(csi).
all Requests For Waivers Or Deviations Must Be
forwarded To The Dsc Contracting Officer For
review And Approval.
.
all Items Of Supply Shall Be Marked Iaw
mil-std-129. In Addition, Each Unit Pack Will
be Marked With Lot And Serial Number (if Available),
contractor's Cage Code, Actual Manufacturer's
cage Code And Part Number.
critical Application Item
aqualung Usa, Inc 94120 P/n 108445
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:10 Clng/dry:1 Presv Mat:00
wrap Mat:00 Cush/dunn Mat:00 Cush/dunn Thkness:0
unit Cont:10 Opi:o
intrmdte Cont:d3 Intrmdte Cont Qty:aaa
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:00 -00 No Special Marking
palletization Shall Be In Accordance With Rp001: Dla Packaging
requirements For Procurement
ip025: Packaging, Marking, And Shipping Of Hazardous Materials
Closing Date15 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n711.13|ea7|717-605-2462|rachael.l.costanzo.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|w25g1u|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334220|1,250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Solicitation Is Issued Pursuant To Emergency Acquisition Flexiblities (eaf).
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Rachael.l.costanzo.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection Required.
c. All Freight Is Fob Origin.
d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. Your Quote Should Include The Following Information For Justification Purposes:
- New Procurement Unit Price____________________
- Total Price _____________________
- Procurement Delivery Lead Time (ptat) _________________ Days
- Award To Cage _______________
- Inspection & Acceptance Cage, If Not At Award To Cage _____________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________ (90 Days Minimum Is Requested).
- Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq)
h. Important Traceability Notice:
if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Antenna .
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 Antenna Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;1vpw8 01p00122f001(white);
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.
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Province Of Pangasinan Tender
Civil And Construction...+2Paints and Enamels, Building Construction
Philippines
Details: Description Invitation To Bid For Repainting Of Various Buildings At Asingan Community Hospital, Asingan, Pangasinan Project Identification No.: Pang-2025-01-0011-cw 1. The Provincial Government Of Pangasinan, Through The Community Development Projects (pr#2024-12-9517) Intends To Apply The Sum Of One Million Nine Hundred Fifteen Thousand Five Hundred Pesos (p1,915,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repainting Of Various Buildings At Asingan Community Hospital, Asingan, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Pangasinan Now Invites Bids For Repainting Of Various Buildings. Completion Of The Works Is Required Sixty-five (65) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184), Otherwise Known As The “government Procurement Reform Act” Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60% Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Provincial Government Of Pangasinan And Inspect The Bidding Documents At The Address Given Below During January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am; At The Bac Office, 2nd Floor Malong Building, Lingayen, Pangasinan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Two Thousand Pesos (p2,000.00). 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. 6. The Provincial Government Of Pangasinan Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Conference Room, 2nd Floor Malong Building, Capitol Compound, Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before On February 6, 2025; 10:00am. 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 February 6, 2025; 10:00am At Conference Room, 2nd Floor, Malong Building, Capitol Compound, Lingayen, Pangasinan. 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. The Provincial Government Of Pangasinan 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. 9. For Further Information, Please Refer To: Melicio F. Patague Ii Provincial Administrator Bac Chairman Provincial Administrator Capitol Building, Capitol Compound Lingayen, Pangasinan Marlon C. Operaña Provincial Accountant Bac Technical Working Group Provincial Accountant Finance Building, Capitol Compound Lingayen, Pangasinan Rhodyn Luchinvar O. Oro Pdrrm Officer Bac Secretariat Bac Office 2nd Floor Malong Building, Capitol Compound Lingayen, Pangasinan 075 6327840 _________________________ Melicio F. Patague Ii Provincial Administrator Bac Chairman
Closing Soon6 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.7 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 24g00137 (rebid) Contract Name: Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University The Department Of Public Works And Highways Regional Office Vi Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 6,965,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24g00137 (rebid) – Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University Contract Id No. : 24g00137 (rebid) Locations : Miagao, Iloilo Scope Of Works : Construction Of Three-storey Building Including Structural Framing Up To The 2f Slab Of Room 1 And Laboratory 4, Masonry Works Of First Floor, Painting Works Of First Floor, Walls, Electrical Conduit Rough-in, Wiring, And Grounding Only Approved Budget For The Contract : Php 6,965,000.00 Contract Duration : 124 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 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 “’government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 14-february 06, 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. 6. 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. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On January 23, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_r6@dpwh.gov.ph For Electronic Submission On Or Before February 06, 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 18. 10. Bid Opening Shall Be On February 06, 2025 Immediately After Submission Of Bids At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi 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. 12. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 6.9 Million (USD 119.1 K)
9081-9090 of 10000 active Tenders