Website Tenders
Website Tenders
City Of Valencia Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 05-2025 01/14/2025 Invitation To Bid For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Eight Hundred Fifteen Thousand Pesos (php 4,815,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Perimeter Fence (lgu-owned Lot In Barangay Bagontaas) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Concrete Pouring Of Footing, Wall Footing, Column And Grade Beam To The 452.42 L.m. Fence 1; Laying Of 4" Chb Wall; Installation Of Barbed Wire With Holder; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Angle Bar And Barbed Wire; Complete As Per Approved Pow, Plans, And Specifications. Php4,815,000.00 Concrete Pouring Of Footing, Wall Footing And Column To The 264.03 L.m. Fence 2; Laying Of 4" Chb Wall; Fabrication And Installation Of Rectangular Tube And Square Tube Fence; Plaster Finish For All The Columns And Chb Wall On Both Sides; Painting Works For Steel; Complete As Per Approved Pow, Plans, And Specifications. Other General Requirements B.5 (1) 2.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization A.1 1.00 L.s. Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Earthwork 803 (1) A 306.15 Cu.m. Structure Excavation (common Soil) 804 (1) A 218.60 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 17.51 Cu.m. Gravel Fill Plain And Reinforced Concrete Work 900 (1) C 95.42 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 11,273.40 Kg. Reinforcing Steel (deformed, Grade 33) 903 (2) 487.20 Sq.m. Formworks And Falseworks Finishings And Other Civil Works C.1 Masonry Works 1046 (2) A1 1,357.55 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Finishing Works 1027 (1) 2,263.10 Sq.m. Cement Plaster Finish C.3 Painting Works 1032 (1) C 370.58 Sq.m. Painting Works (steel) C.4 Steel Works 1047 5,975.04 Kg. Metal Structure Total Amount: Php4,815,000.00 Required Number Of Days For Completion Is 235 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
City Of Tagbilaran Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 4.4 Million (USD 76 K)
Details: Description Invitation To Bid For Procurement Of Goods (security Services) 1. The City Government Of Tagbilaran, Through The Appropriation Ordinance No. 24-05 For Cy 2025 Intends To Apply The Sum Of Four Million Four Hundred Forty Nine Thousand One Hundred Fifty Seven Pesos And Twenty Centavos (php4,449,157.20) Being The Abc To Payments Under The Contract For Ib No. 2501-17. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tagbilaran Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The 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. 4. 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. 5. Prospective Bidders May Obtain Further Information From City Government Of Tagbilaran And Inspect The Bidding Documents At The Bac Office, City Engineering Building, Upper Calceta St., Tagbilaran City During 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 To February 5, 2025 From The Bac Office, City Engineering Building, Upper Calceta St., Tagbilaran City 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 7. The City Government Of Tagbilaran Will Hold A Pre-bid Conference On January 23, 2025 At 2:00pm At Bac Office, City Engineering Building, Upper Calceta St., Tagbilaran City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, City Engineering Building, Upper Calceta St., Tagbilaran City Indicated Below, On Or Before February 6, 2025 At 1:30p.m.. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On February 6, 2025 At 2:00pm At The Bac Office, City Engineering Building, Upper Calceta St., Tagbilaran City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The City Government Of Tagbilaran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ms. Rosemarie P. Palma Bac Office City Engineering Building, Upper Calceta St., Tagbilaran City Tel. No. (038) 411-2222 Loc. 218 Website: Www.tagbilaran.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.tagbilaran.gov.ph (sgd) Cathelyn O. Torremocha Bac Chairperson
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||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
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|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|339999|550||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. 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 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.
a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory.
\
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 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.
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 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. 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 METRO MANILA 3RD ED Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 19.5 Million (USD 335.2 K)
Details: Description Invitation To Bid For Construction Of Road And Drainage System Along Ilang-ilang St., Barangay 174, Caloocan City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 19,599,021.38 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0109 - Construction Of Road And Drainage System Along Ilang-ilang St., Barangay 174, 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. : 25od0109 Contract Name And Location : Construction Of Road And Drainage System Along Ilang-ilang St., Barangay 174, Caloocan City Brief Description : Construction Of Road And Drainage System Approved Budget For The Contract (abc) : Php 19,599,021.38 Source Of Funds : Fy 2025 Nep Contract Duration : 180 Calendar Days Cost Of Bidding Documents : Php 25,000.00 Pcab License Size Range : Small B Pcab License Category/classification : C & D 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
Municipality Of Pamplona, Camarines Sur Tender
Machinery and Tools
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.9 K)
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
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
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
Municipality Of Hilongos, Leyte Tender
Software and IT Solutions
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 90 K (USD 1.5 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Hilongos -o0o- Invitation To Re-bid For The Purchase Of Laptop And Printer 1. The Local Government Unit Of Hilongos, Through The General Fund-continuing Appropriation-supplemental Budget No. 2024-04 Intends To Apply The Sum Of Ninety Thousand Pesos (₱90,000.00) Being The Abc To Payments Under The Contract For Purchase Of Laptop And Printer Hilongos Gf-2025-02-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Hilongos Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 25 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Hilongos And Inspect The Bidding Documents At The Address Given Below During 8:00-12:00 Noon And 1:00 – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 6, 2025 To February 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person. 6. The Local Government Unit Of Hilongos Is Not Conducting A Pre-bid Conference Pursuant To Sec. 22.1 Of Ra 9184 – 2016 Revised Irr Of Ra 9184 With Abc Of Less Than One (1) Million. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before February 26, 2025 At 2:30 P.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025 At 2:30 P.m. At The Office Of The Bids And Awards Committee, 2/f, Engineering Building, Lgu-hilongos, Hilongos, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Hilongos Opt Not To Use Online Bids Submission. 11. The Local Government Unit Of Hilongos Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ms. Angelina R. Soliano Office Of The Bids And Awards Committee Lgu-hilongos, Capt. D. Vilbar Street, Hilongos, Leyte E-mail Address: A_soliano64@yahoo.com Tel No. (053) 567-7896 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Notices.philgeps.gov.ph February 6-13, 2025 Romeo C. Fermano, J.d. Bac - Chairperson
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 71 K (USD 1.2 K)
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
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
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
9081-9090 of 10000 active Tenders