Website Tenders

Website Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n711.17|aad|717-605-1318|taylor.r.arroyo2.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|333914|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Purpose Of This Amendment Is To Notate The Extension Of The Offer Due Date From 28 Jan 2025 To 24 Feb 2025. All Other Terms And Conditions Remain Unchanged. the Purpose Of This Amendment Is To Notate The Extension Of The Offer Due Datefrom 23 Dec 2024 To 28 Jan 2025. All Other Terms And Conditions Remainunchanged. a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Taylor.r.arroyo2.civ@us.navy.mil b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Exclusion. Verify Nomenclature, Part Number, And Nsn Prior To Responding. e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003 f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). - Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq) h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Fixture Assembly, G . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Fixture Assembly, G Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;94756 27540-514-21; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Soon24 Feb 2025
Tender AmountRefer Documents 

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1/kit Kit, Pcr, One-step Rt-pcr, 1000 Reactions/kit *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. Purpose: For Mpox Real-time Pcr Testing 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/kit Kit, Pcr, One-step Rt-pcr, 1000 Reactions/kit *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: Expiry Date / Shelf Life - At Least One (1) Year Upon Date Of Delivery. Purpose: For Mpox Real-time Pcr Testing 256,418.40 Delivery Period: Forty Five (45) Working Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon24 Feb 2025
Tender AmountPHP 256.4 K (USD 4.4 K)

DEPT OF THE ARMY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Fy23 Missile Assembly Support Building Tactical Equipment Maintenace Facility (temf), White Sands Missile Range (wsmr), Dona Ana County, New Mexico the Proposed Procurement Is An Unrestricted, Open To Both Large And Small Businesses, Lowest Price Technically Acceptable (lpta) Request For Proposal (rfp). Naics Is 236220, With A Size Standard Of $45,000,000.00. The Magnitude Of Construction For This Project Will Be Between $25,000,000.00 And $100,000,000.00. Bonding Will Be Required For This Acquisition. Offerors Attention Is Directed To Section 00 21 00 In The Solicitation For Information Regarding The Tour Of The Site. Plans Will Be Issued On Or About 06 January 2025, With Proposals Due On Or About 20 February 2025. Offerors Are Advised That This Requirement May Be Delayed, Cancelled, Or Revised At Any Time During The Solicitation, Or Final Award Process. the Project Consists Of Construction Of A Launcher Maintenance, Missile Assembly Support Facility At White Sands Missile Range, New Mexico. The Project Includes An 18,800 S.f. Vehicle Maintenance Facility Including Maintenance Bays, Wash Bay, Repair Bays, Machine Shop/welding Area, Maintenance Pit, Training Rooms, Offices, And Security Vaults. Facility Includes 2,300 S.y. Tactical Organizational Vehicle Parking And Apron, Petroleum And Hazardous Waste Storage Buildings, Cybersecurity And Antiterrorism/force Protection (at/fp) Measures, Building Information Systems, Fire Protection And Alarm Systems, Lightning Protection And Grounding System, Intrusion Detection System (ids), Electronic Access Control System (acs), Energy Monitoring Control Systems (emcs) Connection, Vehicle Exhaust System, Petroleum Oil And Lubricants (pol) Distribution Systems, And A 10-ton Bridge Crane. Sustainability And Energy Enhancement Measures Are Included. Photovoltaic Power Will Be Provided By Two Parking Structure Roof-top Arrays And Two Roof-top Arrays On The Vehicle Maintenance Building. Supporting Facilities Include Site Development, Utilities And Connections, Storm Drainage, Paving, Parking, Walkways, Lighting, Information Systems, Landscaping, And Signage. Heating Will Include A Hot Water Heating System With High Efficiency Boiler, Pumps, And Piping Distribution. Cooling Will Be Provided By A Direct Expansion (dx) Based Cooling System With High Efficiency Air-cooled Condensing Units. Maintenance Bays Will Be Cooled By High Efficiency Evaporative Cooling Units And Heated By A Low Intensity Infrared Radiant Heating System. Measures In Accordance With The Department Of Defense (dod) Minimum Antiterrorism For Buildings Standards Will Be Provided. Comprehensive Building And Furnishings Related Interior Design Services Are Required. Access For Individuals With Disabilities Will Be Provided As Appropriate. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod’s Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. The Facility Will Be Designed And Constructed To Achieve Leed Silver Certification. the Project Will Be Advertised As A Request For Proposal. Competitive Proposals Will Be Evaluated Based On The Evaluation Criteria Set Forth In The Solicitation Package. Evaluation By The Government Will Result In Selection Of A Firm That Represents The Best Value To The Government. The Proposed Procurement Will Result In A Firm-fixed Price Contract. Offerors Must Be Registered With System For Award Management (sam), In Order To Receive A Government Contract Award. To Register, The Sam Internet Address Is: Https://sam.gov/content/home. this Solicitation Will Be Issued Via Internet Only. Notification Of Amendments Shall Be Made Via Internet Only, As Well. It Is Therefore The Contractors’ Responsibility To Check The Following Address Daily For Any Posted Changes To This Solicitation. For Security Reasons, All Technical And Engineering Data Related To This Solicitation Will Be Distributed Using The Sam.gov System. Sam.gov Is A Web-based Dissemination Tool Designed To Safeguard Acquisition-related Information For All Federal Agencies. Interested Offerors Must Register With Sam.gov Or They Will Not Be Able To Download Information From The Site. Registration Instructions Can Be Found On The Website At Https://sam.gov/content/home. Contractors Registered With Sam.gov May View And/or Download This Solicitation And All Amendments From The Internet After Solicitation Issuance. Offerors Are Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Website. Offerors Are Advised That This Requirement May Be Delayed, Cancelled, Or Revised At Any Time During The Solicitation, Or Final Award Process.
Closing Soon20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: 18 Feb 25: Please See The Attachment "resilliencecenter Qanda_18 Feb 25" For Revised Answers. Revised Or New Answers Are Highlighted. amendment 0003: The Purpose Of This Amendment Is To Update The Following Attachments: Attachment 1 Resilience Center Pws_final: Attachment 1 Was Amended To Add That The Contractor Shall Provide Two (2) Full Time Personnel. attachment 5 Resilience Center Instructions To Offerors_final: Attachment 5 Was Amended To Update The Joint Venture Information Under Section H: Specific Instructions. The Past Performance Evaluation Section Was Also Updated To Provide Clearer Steps For Offerors. attachment 6 Resilience Center Evaluations_final: The Past Performance Evaluation Section Was Updated To Provide A Clearer Understanding Of How Evaluations Will Be Made. q&a: A Questions & Answers Document Has Been Provided. amendment 0002: The Purpose Of This Amendment Is To Update Attachments 4,5, And 6. Amendments To Attachments 5 And 6 Provide Clarifying Instructions And Evaluation Procedures. The Sf 30 For Amendment 0001 And 0002 Have Been Attached. amendment 0001: The Purpose Of This Amendment Is To Change The Proposal Due Date On The Solicitation From 12:00 Am Cst On 17 February 2025, To 2:00 Pm Cst On 24 February 2025. the Contractor Shall Provide All Personnel, Equipment, Supervision, And Transportation To Support The 1st Special Operations Wing (1 Sow) Resilience Center Program And 1st Special Operations Operational Medical Readiness Squadron (1 Somrs) Health And Wellness Center (hawc). The Contractor Shall Provide All Necessary Non-personal Services To Complete Tasks Specified In The Support Of The 1 Sow Resilience Center Commando Ready Program And 1 Somrs Operations. questions Must Be Submitted Via Email To The Personnel Noted Above. All Questions Are Due No Later Than 2:00 Pm (cst – Central Standard Time) On 6 February 2025. All Questions And Answers Will Be Posted To The Beta Sam Website At Https://sam.gov. the Due Time And Date For Offers Is 2:00 Pm (cst – Central Standard Time) On 24 February 2025. Offers Shall Be On 8.5” X 11” Page. A Page Is Defined As One Face Of A Sheet Of Paper Containing Information. The Text Size Shall Be No Less Than 12 Pitch. Offers Shall Use At Least 1-inch Margins On The Top And Bottom And 1 Inch Side Margins. Copies And Page Limits Of 5 Pages For Each Ofthe Plans. Evaluators Will Only Read Up To The Maximum Number Of Pages Specified. If The Page Limit Is Exceeded, The Excess Pages Will Not Be Evaluated.
Closing Soon24 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-1680-016913816-p8, Ref Nr 822-2532-100, Qty 1 Ea, Delivery Fob Origin. The Data Needed To Acquire/repair This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possibleto Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

Municipality Of Santa Barbara, Pangasinan Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Sta. Barbara Bids And Awards Committee Invitation To Bid For Purchase Of 4 Wheel Drive Diesel Tractor With Rotovator 1.the Municipality Of Sta. Barbara, Pangasinan, Through The Tobacco Excise Tax Share Intends To Apply The Sum Of Three Million Eight Hundred Thousand Pesos (p 3,800,000.00) Being The Abc To Payments Under The Contract For Purchase Of 4 Wheel Drive Diesel Tractor With Rotovator. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Municipality Of Sta. Barbara, Pangasinan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) 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 Municipality Of Sta. Barbara, Pangasinan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 Am To 12:00 Noon And From 1:00 Pm To 5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To March 3, 2025 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 In The Amount Of P 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6.the Municipality Of Sta. Barbara Will Hold A Pre-bid Conference On February 19, 2025, 9:00 Am At The Municipal Conference Room, 3rd Floor, New Municipal Building, Brgy. Maningding, Sta. Barbara, Pangasinan 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 March 3, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On March 3, 2025, 9:00 A.m. At The Municipal Conference Room, 3rd Floor, Municipal Hall, Brgy. Maningding, Sta. Barbara, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 10.the Municipality Of Sta. Barbara 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: Contact Person: Atty. Cynthia C. Natividad Head, Bac Secretariat Address: Maningding, Sta. Barbara, Pangasinan Contact No. 09310233036 Email Address: Sbpbidsandawardscommittee@gmail.com Sgd. Raymondo T. Santos Bac Chairman
Closing Date3 Mar 2025
Tender AmountPHP 3.8 Million (USD 65.4 K)

Holy House of Mercy in Lisbon Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Portugal
Description: Acquisition of images related to various sports for the website, social media and mobile applications
Closing Soon21 Feb 2025
Tender AmountEUR 75.6 K (USD 78.5 K)

Municipality Of Maco Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation For Negotiated Procurement Due To Two- Failed Biddings Supply And Delivery Of Rubber Boat (40hp) 1. In View Of The Two (2) Failed Biddings, The Local Government Unit Of Maconacon, Isabela Bids And Award Committee (bac) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Supplies And Delivery Of Rubber Boat (40hp) In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (rirr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. 2. The Approved Budget For The Contract Is Three Hundred Ninety-two Thousand Eight Hundred Pesos (p392,800.00) Inclusive Of All Applicable Taxes. 3. The Procurement Project Is Composed Of One (1) Lot, The Details Of Which Are Described In Annex “b” (technical Specifications). 4. A Complete Set Of Negotiation Documents May Be Acquired By Interested Bidders On February 18, 2025 To February 25, 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 (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 5. The Schedule Of Negotiation Activities Are As Follows: Activties Schedule/venue Advertisement/posting Of Invitation For Negotiated Procurement/issuance And Availability Of Negotiation Documents February 18, 2025 Deadline For Submission Of Negotiation February 25, 2025 @8:30am 6. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Documents”, With The Title Of The Procurement Project, Name Of The Bidder, Address Of The Bidder, And Contact Details Of The Bidder, Addressed To The Undersigned: 7. Local Government Of Maconacon, Isabela Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 8. For Further Information, Please Refer To: Mr. Abelardo A. Villanueva, Jr. Head Bac Secretariat Municipal Hall, Lgu Compound, Barangay Fely, Maconacon, Isabela 09190073149 Abelardo_villanuevajy@yahoo.com.ph/xialei52877@gmail.com Samuel A. Abad, Enp Bac Chairperson
Closing Soon25 Feb 2025
Tender AmountPHP 392.8 K (USD 6.7 K)

Department Of Agriculture Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Works For The Establishment Of Flatbed Dryer 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025, Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Works For The Establishment Of Flatbed Dryer/ib No. 2025-021 (amv) To Be Constructed At Brgy. Malingin, Bago, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Works For The Establishment Of Flatbed Dryer At Brgy. Malingin, Bago, Negros Occidental. Completion Of The Works Is Required Within 30 Calendar Days From Receipt Of 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). Specifications: • Flatbed Dryer (fbd) With Minimum Of 6 Tons Capacity (see Attached Flatbed Dryer Plans And Designs (philmech) Detailed Estimates And Pow For Fbd And Mpdp • Engine (prime Mover): Brand New 12 Hp (min) Water-cooled Diesel Engine Specific Fuel Consumption: 350g/kw-hr (max) Shall Conform To Paes 116:2001, Small Engine • Moisture Meter Digital Capacitance Type Can Read Palay And Corn Measurement Range: 9-36% Mcwb Power Supply: Dry Cells (1.5v, “aa”) • Amtec Tested Coupled With Biomass Furnace (testing Material – Rice) • Shall Conform To Paes 201:2015, Heated – Air Mechanical Grain Dryer • Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary 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 Department Of Agriculture-western Visayas And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 – March 4, 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 One Thousand Pesos (php1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On February 20, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On March 4, 2025. 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 Of Php20,000.00 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php50,000.00 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On March 4, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Fax No. (033) 320-94-69 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps February 12, 2025 Zarlina B. Cuello Bac Chairperson
Closing Date4 Mar 2025
Tender AmountPHP 1 Million (USD 17.2 K)

Municipality Of Maco Tender

Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation For Negotiated Procurement Due To Two- Failed Biddings Supply And Delivery Of Utility Van With Ambulatory Equipment 1. In View Of The Two (2) Failed Biddings, The Local Government Unit Of Maconacon, Isabela Bids And Award Committee (bac) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Supplies And Delivery Of Utility Van With Ambulatory Equipment In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (rirr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. 2. The Approved Budget For The Contract Is One Million Seven Hundred Thirteen Thousand Pesos (p1,713,000.00) Inclusive Of All Applicable Taxes. 3. The Procurement Project Is Composed Of One (1) Lot, The Details Of Which Are Described In 4. Annex “b” (technical Specifications). 5. A Complete Set Of Negotiation Documents May Be Acquired By Interested Bidders On February 18, 2025 To February 25, 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 Thousand Pesos (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Schedule Of Negotiation Activities Are As Follows: Activties Schedule/venue Advertisement/posting Of Invitation For Negotiated Procurement/issuance And Availability Of Negotiation Documents February 18, 2025 Deadline For Submission Of Negotiation February 25, 2025 @8:30am 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Documents”, With The Title Of The Procurement Project, Name Of The Bidder, Address Of The Bidder, And Contact Details Of The Bidder, Addressed To The Undersigned: 8. Local Government Of Maconacon, Isabela Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 1. For Further Information, Please Refer To: Mr. Abelardo A. Villanueva, Jr. Head Bac Secretariat Municipal Hall, Lgu Compound, Barangay Fely, Maconacon, Isabela 09190073149 Abelardo_villanuevajy@yahoo.com.ph/xialei52877@gmail.com Samuel A. Abad, Enp Bac Chairperson
Closing Soon25 Feb 2025
Tender AmountPHP 1.7 Million (USD 29.6 K)
9961-9970 of 10000 active Tenders