Website Tenders
Website Tenders
National Power Corporation Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description National Power Corporation Invitation To Bid Public Bidding – Bcs 2025-0017 1. The National Power Corporation (npc), Through Its Approved Corporate Budget Of Cy 2025 Intends To Apply The Sum Of (please See Schedule Below) Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Npc Now Invites Bids For Items Listed Above. Delivery Of The Goods Is Required (see Table Below) Specified In The Technical Specifications. Bidders Should Have Completed, Within (see Table Below) 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). Pr No/s. / Pb Ref No/s. Delivery Period / Contract Duration Relevant Period Of Slcc Reckoned From The Date Of Submission & Receipt Of Bids Ho-cbm25-006 Thirty (30) Calendar Days Two (2) Years 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 5183. 4. Prospective Bidders May Obtain Further Information From National Power Corporation, Bids And Contracts Services Division And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am To 5:00pm), Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Bidding Fee May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of R.a. 9184 And Its Revised Irr. 6. The National Power Corporation Will Hold A Pre-bid Conference On The Date, Time And Venue Stated Above. Interested Bidder/s Is/are Allowed To Join And Participate In The Pre-bid Conference At The Kañao Room Or Virtually. However, Those Attending Virtually Shall Assume The Risk Of Any Internet Connectivity Issues. Further, Interested Bidders Are Hereby Informed Of The Following: A. Only A Maximum Of Two (2) Representatives From Each Bidder / Company Shall Be Allowed To Participate B. Wearing Of Face Masks Is Recommended But Not Required In View Of Proclamation No. 297 S.2023 Lifting The State Of Public Health Emergency Throughout The Philippines C. The Requirements Herein Stated Including The Medium Of Submission Shall Be Subject To Gppb Resolution No. 09-2020 Dated 07 May 2020 D. The Guidelines On The Implementation Of Early Procurement Activities (epa) Shall Be Subject To Gppb Circular No. 06-2019 Dated 17 July 2019 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below; (ii) Online Or Electronic Submission Before The Specified Time Stated In The Table Above For Opening Of Bids. 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 In The Kañao Function Room, Npc Head Office, Diliman, Quezon City And/or Via Online Platform To Be Announced By Npc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Power Corporation 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 R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Contracts Services Division, Logistics Department Gabriel Y. Itchon Building Senator Miriam P. Defensor-santiago Ave. (formerly Bir Road) Cor. Quezon Ave., Diliman, Quezon City, 1100 Tel Nos.: Tel Nos.: 8921-3541 Local 5564/5713 Email: Bcsd@napocor.gov.ph / 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.napocor.gov.ph/bcsd/bids.php Larry I. Sabellina Vice President, Mingen And Chairman, Bids And Awards Committee
Closing Soon11 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Province Of Pangasinan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Asphalting/blocktopping Of Roads At Various Municipalities In The 5th District Of Pangasinan Project Identification No.: Pang-2025-01-0010-cw 1. The Provincial Government Of Pangasinan, Through The Construction, Repair & Maintenance Of Various Roads And Bridges (pr#2025-01-00009) Intends To Apply The Sum Of Fifty Million Pesos (p50,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Asphalting/blocktopping Of Roads At Various Municipalities In The 5th District Of 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 Asphalting/blocktopping Of Roads. Completion Of The Works Is Required Fifty-two (52) 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 Twenty-five Thousand Pesos (p25,000.00). 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 50 Million (USD 855.2 K)
City Of Valenzuela Tender
Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 067-upgrading Service Entrance/power House-es Santiago De Guzman-lsb-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Upgrading Of Service Entrance @ Santiago De Guzman Elementary School & Proposed Power House Brief Description Upgrading Of Service Entrance @ Santiago De Guzman Elementary School & Proposed Power House Location Brgy. Gen. T De Leon, Valenzuela City Source Of Funds Bc# 03; Ref. No. 25-717 T O T A L Abc (php) 1,999,763.99 (30 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents January 17, 2025- February 5, 2025; 8:00 Am To 4:00 Pm And On February 6, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 23, 2025; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids February 6, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids February 6, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of Php5,000.00 For Projects With Abc Of More Than Php1million Up To Php5million Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 1/08/2025 //erlie
Closing Soon13 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
Science Museum Group Tender
Others
United Kingdom
Description: Science And Society Picture Library Platform And Website
Closing Soon9 Feb 2025
Tender AmountGBP 190 K (USD 235.9 K)
Department Of Health Treatment And Rehabilitation Center Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Proposed Construction Of 3-storey Opd Building With Roof Deck-phase Ii 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Sum Of Twenty Six Million Five Hundred Thousand Pesos (p26,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Un-der The Contract For Invitation To Bid No. 25-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Three Hundred (300) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Doh-camarines Sur Treat-ment And Rehabilitation Center, Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am – 5:00pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (p25,000.00). The Procuring Entity Allows The Bidder To Present Its Proof Of Payment For The Fees In Person, By Fac-simile, Or Through Electronic Means. 6. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. All Prospective Bidders Attending The Pre-bid Conference Are Expected To Have Carefully Read The Publicly Uploaded Bidding Documents In Preparation For The Scheduled Pre-bid Conference And/ Or Before Accomplishing Their Payment. For Purposes Of Site Inspection, Prospective Bidders Who Were Unable To Attend The Scheduled Pre-bid Conference Must Give Notice To The Email Address Below At Least Two (2) Days Before The Intended Schedule Of Site Inspection. The Site Inspection Shall Be From Monday To Friday Between 10:00am To 3:00pm Subject To The Availability Of The The Doh-cstrc Engineer(s)/ Assigned Personnel. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later Than February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Compo-nents Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 7, 2025 1:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 10. The Bac Shall Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 11. The Doh-camarines Sur Treatment And Rehabilitation Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpreta-tion Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Is-suance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference January 22, 2025 9:30 Am Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/ Bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 1:00pm Date Of Issue: January 14, 2025 Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee
Closing Soon7 Feb 2025
Tender AmountPHP 26.5 Million (USD 453.2 K)
DEPT OF THE NAVY USA Tender
Others
United States
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|n/a|||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation.
a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Ismandatory.
please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod).
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 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).
Closing Soon13 Feb 2025
Tender AmountRefer Documents
City Of Valenzuela Tender
Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 066-upgrading Service Entrance/power House-nhs Ling-lsb-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Upgrading Of Service Entrance @ Lingunan National High School & Proposed Power House Brief Description Upgrading Of Service Entrance @ Lingunan National High School & Proposed Power House Location Brgy. Lingunan, Valenzuela City Source Of Funds Bc# 03; Ref. No. 25-716 T O T A L Abc (php) 2,999,888.99 (30 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents January 17, 2025- February 5, 2025; 8:00 Am To 4:00 Pm And On February 6, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 23, 2025; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids February 6, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids February 6, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of Php5,000.00 For Projects With Abc Of More Than Php1million Up To Php5million Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 1/08/2025 //erlie
Closing Soon13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 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.: 25g00075 Contract Name: Construction (completion) Of Three-storey Dpwh Regional Office Vi Building, Fort San Pedro, Iloilo City The Department Of Public Works And Highways Regional Office Vi Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 48,250,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25g00075 – Construction (completion) Of Three-storey Dpwh Regional Office Vi Building, Fort San Pedro, Iloilo City. 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 : Construction (completion) Of Three-storey Dpwh Regional Office Vi Building, Fort San Pedro, Iloilo City Contract Id No. : 25g00075 Locations : Fort San Pedro, Iloilo City Scope Of Works : Completion Of Dpwh Regional Office Vi Building Which Includes Pccp, Sidewalk, Covered Garage, Artificial Wall Greenery, Special Leaves (artificial Trees), Artificial Grass Carpet, Artificial Plants, Pvc Deck, Benches, Lounge Area- Aluminum Glass Works, Masonry, Cladding, Painting Works; Flagpole, Dpwh Logo, Lighting, Electric Elevator, Stampered Concrete, Paver Blocks And Sidewalk Approved Budget For The Contract : Php 48,250,000.00 Contract Duration : 261 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 25,000.00. 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 48.2 Million (USD 825.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+2Building Construction, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0044 – Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Sanipon, Kibawe, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multipurpose Building (warehouse With Solar Drier), Brgy. Sanipon, Kibawe, Bukidnon Contract Id # : 25kb0044 Locations : Kibawe, Bukidnon Scope Of Works : Complete Construction Of Warehouse With Main Floor Area Of 20m X 8.0m, Corridor (20.45 X 1.9 M) Including Installation Of Fascia Boards, Complete Plaster Finish And Painting On All Steel Materials And Electrical Works (rough-in Only). Construction Of 20.0 X 20.0m Reinforced Concrete Solar Drier (class B, 100mm Thk) With Plain Floor Finish. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 03, 2025, Until 8:30 Am 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 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 03, 2025 At 9:30 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. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 03, 2025 At 10:00am. 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. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 13, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 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
Description: Solicitation Number Spe4a525r0086
solicitation Will Result In A Non-commercial Firm Fixed Price Contract Iaw Far Part 15. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation. The Solicitation Date Is Anticipated To Be On Or About February 11, 2025. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. From The Dibbs Homepage, Select "requests For Proposal (rfp) / Invitation For Bid (ifb)" From The Menu Under The Tab "solicitations." Then Search For And Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
surplus Dealers, Small Business Dealers And Distributors (having Existing Stock Of Surplus Or Newly Manufactured Material) Are Invited To Respond To This Synopsis. The Response Should Include A Completed Surplus Certificate, Dlad 52.211-9000, Government Surplus Material Or Adequate Traceability Documentation To Show That The Product Is Acceptable. In Addition, Respondents Should Identify Quantity Available And Price. The Government May Alter The Acquisition Strategy If Purchase Of Existing Surplus Or Newly-manufactured Inventory Is In The Best Interest Of The Government.
nsn: 6695015424073. Bezel Instrument. Approved Sources: Honeywell International Inc. (07187). Terms Are Fob Origin, Inspection And Acceptance At Destination. Qcc Of Dab. Requested Delivery Of 143 Days Aro. This Nsn Is Non- Commercial And Will Utilize Solicitation And Award Procedures Iaw Far 15. This Will Be Solicited As Unrestricted.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
9101-9110 of 10000 active Tenders