Website Tenders
Website Tenders
Department Of Agriculture Tender
Chemical Products
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 1.5 Million (USD 26.9 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-09 (id No. Bt-25-goods-sto-41914-0001) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Ild Sto 2025 Current Fund Intends To Apply The Sum Of One Million Five Hundred Sixty-four Thousand Nine Hundred Forty-eight Pesos Only (p1,564,948.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Laboratory Supplies” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Line Item Qty Uom Item Description Unit Cost Total Cost 1 5 Bottle Ethanol, Absolute, A.r, 2.5l 2,500.00 12,500.00 2 3 Bottle Sodium Chloride (nacl) Reagent Grade, 500g/bottle 2,500.00 7,500.00 3 7 Bottle Formaldehyde, Reagent Grade 37%, 2.5l 5,000.00 35,000.00 4 10 Bottle Sodium Bicarbonate, Ar, 500g/bottle 4,000.00 40,000.00 5 2 Bottle Potato Dextrose Agar, 500g/botttle 7,000.00 14,000.00 6 2 Bottle Ttc (triphenyl Tetrazolium Chloride), 10 Grams/bottle 7,600.00 15,200.00 7 22 Bottle Sodium Hydroxide Pellets, Ar, 1 Kg 4,300.00 94,600.00 8 10 Bottle Sulfuric Acid, 95-98%, Ar, 2.5 L 4,500.00 45,000.00 9 2 Cartridge Antibiotic Sensitivity Disc: Ampicillin 10ug, 50disc/cartridge 1,200.00 2,400.00 10 2 Cartridge Antibiotic Sensitivity Disc: Azithromycin 15ug, 50disc/cartridge 1,200.00 2,400.00 11 2 Cartridge Antibiotic Sensitivity Disc: Cefotaxime 30ug, 50disc/cartridge 1,200.00 2,400.00 12 2 Cartridge Antibiotic Sensitivity Disc: Chloramphenicol 30ug, 50disc/cartridge 1,200.00 2,400.00 13 2 Cartridge Antibiotic Sensitivity Disc: Levofloxacin, 50disc/cartridge 1,200.00 2,400.00 14 2 Cartridge Antibiotic Sensitivity Disc: Meropenem 10ug, 50disc/cartridge 1,200.00 2,400.00 15 2 Cartridge Antibiotic Sensitivity Disc: Nalidixic Acid 30ug, 50disc/cartridge 1,200.00 2,400.00 16 2 Cartridge Antibiotic Sensitivity Disc: Streptomycin 10ug, 50disc/cartridge 1,200.00 2,400.00 17 2 Cartridge Antibiotic Sensitivity Disc: Tetracycline 30ug, 50disc/cartridge 1,200.00 2,400.00 18 2 Cartridge Antibiotic Sensitivity Disc: Trimethoprim + Sulfamethoxazole 1.25/23.75 Ug, 50disc/cartridge 1,200.00 2,400.00 19 1 Bottle Blood Agar, 500 Grams 10,000.00 10,000.00 20 2 Kit Gram's Stain Kit, Cristal Violet 500ml, Grams Iodine 500ml, Safranin 500ml, Gram Stain Decolorizer 2x500ml 8,000.00 16,000.00 21 2 Bottle Giemsa Eosin Methyline Blue, 2.5l/bottle 5,250.00 10,500.00 22 10 Pack Rock Salt, Premium Quality, 1kg/pack 200.00 2,000.00 23 2 Bottle Acetone, 2.5l 3,000.00 6,000.00 24 1 Kit Agpath-id One Step Rt-pcr Reagent For Asfv, 1000 Rxns 240,000.00 240,000.00 25 1 Bottle Ph Meter Buffer Solution, Ph10, 1l/bottle 1,500.00 1,500.00 26 1 Bottle Ph Meter Buffer Solution, Ph4 , 1l/bottle 1,500.00 1,500.00 27 1 Bottle Ph Meter Buffer Solution Ph 7. 1l/bottle 1,500.00 1,500.00 28 2 Bottle Methanol, 2.5l, Analytic Grade 8,000.00 16,000.00 29 1 Bottle Nutrient Agar 500 Grams 8,000.00 8,000.00 30 1 Bottle Nutrient Gelatin 500 Grams 8,000.00 8,000.00 31 3 Bottle Phosphate Buffered Saline, Tablet, 7.2-7.4ph, 50tabs/bottle 10,000.00 30,000.00 32 1 Set Rose Bengal Brucella Antigen With Positive And Negative Control, Good For 300 Reactions 16,000.00 16,000.00 33 1 Bottle Ph Meter Electrode Storage Solution, 1l/bottle 2,000.00 2,000.00 34 1 Kit Api 20e, 25 Tests/kit 20,000.00 20,000.00 35 2 Bottle Ethyl Acetate, Reagent Grade, 2.5l/bottle 3,000.00 6,000.00 36 3 Bottle Streptomycin Sulfate, 100g/bottle 12,000.00 36,000.00 37 2 Vial Fitc Anti-rabies Monoclonal Globulin, Lyophilized (conjugate), 5ml Per Vial 70,000.00 140,000.00 38 1 Bottle Mueller-hinton Agar, 500g 10,000.00 10,000.00 39 3 Box Biological Indicator For Autoclave, 50pcs/box 5,000.00 15,000.00 40 2 Bottle Minimum Essential Medium, Powder, 93.3 Grams/bottle 5,000.00 10,000.00 41 2 Bottle Potassium Hydroxide (koh), 500g/bottle 2,500.00 5,000.00 42 4 Bottle Immersion Oil, 5ml/bottle 800.00 3,200.00 43 5 Bottle Lactophenol, Cotton Blue, 100 Ml 1,250.00 6,250.00 44 3 Bottle Beef Extract Powder For Microbilogy, 100g/bottle 3,400.00 10,200.00 45 2 Bottle Monosodium Phosphate (nah2po4), Foodgrade, 500gram/botttle 1,000.00 2,000.00 46 1 Kit Elisa Kits For Phytophthora, 96 Test/kit 30,000.00 30,000.00 47 1 Kit Elisa Kits For Xanthomonas Oryzae, 96 Test/kit 30,000.00 30,000.00 48 1 Kit Test Kit (elisa Reagent Set For Bacterial Wilt), 96 Test/kit 30,000.00 30,000.00 49 1 Bottle Boric Acid, 1.00156. 1000, Acs,iso,reag, Ph, Eur 1 Kg, 41914 6,000.00 6,000.00 50 3 Pack Certified Reference For Animal Feeds, Proximate And Mineral, Not Less Than 50 Grams/pack 60,000.00 180,000.00 51 1 Bottle Di-sodium Oxalate, 1.06557.0250, 250 G, Acs,iso,reag,ph, Eur 10,000.00 10,000.00 52 1 Bottle Hydrochloric Acid, 37%, 1.00317.2500, Acs,iso,reag,ph, Eur, 2.5 L, 5,000.00 5,000.00 53 5 Bottle Petroleum Ether, 1.01769.1000, Acs,iso,reag, Ph,eur 1 L 4,500.00 22,500.00 54 1 Bottle Potassium Dihydrogen Phosphate (kh2po4),1.05108.0050, Acs, Iso, Reag, Ph, Eur, 50 G 10,000.00 10,000.00 55 1 Bottle Sodium Carbonate, 1.06392.0500, Acs, Iso, Reag, Ph,eur, 500 G 4,500.00 4,500.00 56 3 Kit Aflatoxin Test Kit Compatible With Neogen Elisa Reader Or Biotek Gen5 Reader" 21,666.00 64,998.00 57 1 Bottle Agar Powder, Bacteriological, Ar, 500g/bottle 12,000.00 12,000.00 58 7 Bottle Ammonium Acetate, Ar, 98%, 500g/bottle 5,000.00 35,000.00 59 1 Bottle Ammonium Fluoride, Ar, 500g/bot 11,000.00 11,000.00 60 1 Bottle Amyl Alcohol, ≥99%, 1l/bottle 6,500.00 6,500.00 61 2 Bottle Ascorbic Acid, Ar, 500g/bottle 5,000.00 10,000.00 62 1 Bottle Coolant Fluid For Icp-oes, 7.6l/pk, Pack Of Two 1 Gallon (3.8l) 16,000.00 16,000.00 63 2 Bottle Mannitol, Ar, 500g/bot 6,000.00 12,000.00 64 2 Bottle Phosphorus Standard, Nist Traceable, 100ml 6,500.00 13,000.00 65 1 Bottle Potassium Dichromate, Ar, 500 G/bottle 6,000.00 6,000.00 66 2 Bottle Potassium Standard, Nist Traceable, 500ml 6,500.00 13,000.00 67 1 Bottle Sodium Hexametaphosphate, Ar, 500g/bottle 5,000.00 5,000.00 68 32 Box Whatman Filter Paper No. 42 (125mm Dia.x100circle/box) 3,500.00 112,000.00 Terms And Conditions: 1 Deliver Brand New Items With Expiry Dates Ranging From: A. 3-6 Months For Standards, Indicators & Oxidase Reagents B. 6 Months - 1 Year For Test Kits, Antibiotics & Identification Strips C. 1-2 Years For Chemicals, Broth & Agar Upon Delivery 2 Deliver At Integrated Laboratory Division, Magsaysay Blvd., Tacloban City; 3 Deliver The Items Within 90 Days After The Receipt Of Ntp; 4 Strictly No Partial Delivery; 5 Inform The End-user 3-5 Days Before The Conduct Of Delivery; 6 Delivered Item(s) Is Subject To Inspection, Evaluation And Testing If Applicable Corresponding To The Required Specifications; 8 Processing Of Payment Shall Commence After Inspection, Acceptance And Receipt Of Items By The End User; 9 Payment Shall Be Made Thru Ada (advice Debit Account), As Such, Supplier Shall Submit Snapshot Of Its Bank Account (preferably Lbp Or Any Commercial Bank) To Effect Payment; 4. 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) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 To January 2, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Line Item/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 17 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 02, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 02, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form 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. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16| Invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|336611|1,250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Update The Following:
the Closing Date For Quotes Is Hereby Extended To 31 January 2024.
all Other Terms And Conditions Remain The Same.
the Purpose Of This Amendment Is To Update The Following:
the Closing Date For The Request For Quotes Is Hereby Extended To Close On
23 January 2025.
all Other Terms And Condtions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 3 Each Accumulator,hydraul,nsn 7hh 2090 016053873. This Is The Only Nsn Authorized For Procurement Against This Procurement Order.
the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email.
the Following Applies To This Purchase Order:
dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment.
contractor Poc Name: ________________
phone Number: _______________
email: _______________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Accumulator,hydraul .
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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=h642-6930a01 |53711| B|er |d|0001 | B|49998|0050529
drawing Data=h642-6930a03 |53711| A|er |d|0001 | A|49998|0044381
drawing Data=h642-6930a03 |53711| A|er |d|0002 | A|49998|0045278
drawing Data=h642-6930a03 |53711| A|er |d|0003 | A|49998|0042116
drawing Data=h642-6930a03 |53711| A|er |d|0004 | A|49998|0040426
drawing Data=h642-6930a04 |53711| A|er |d|0001 | A|49998|0044478
drawing Data=h642-6930a04 |53711| A|er |d|0002 | A|49998|0020567
drawing Data=h642-6930a04 |53711| A|er |d|0003 | A|49998|0049284
drawing Data=h642-6930a04 |53711| A|er |d|0004 | A|49998|0069925
drawing Data=h642-6930a04 |53711| A|er |d|0005 | A|49998|0045466
drawing Data=h642-6930a04 |53711| A|er |d|0006 | A|49998|0043169
drawing Data=h642-6930a06 |53711| A|er |d|0001 | A|49998|0044793
drawing Data=h642-6930a06 |53711| A|er |d|0002 | A|49998|0018307
drawing Data=h642-6930a06 |53711| A|er |d|0003 | A|49998|0049122
drawing Data=h642-6930a06 |53711| A|er |d|0004 | A|49998|0068094
drawing Data=h642-6930a06 |53711| A|er |d|0005 | A|49998|0045471
drawing Data=h642-6930a06 |53711| A|er |d|0006 | A|49998|0044247
drawing Data=h642-6930a06 |53711| A|er |d|0007 | A|49998|0106199
drawing Data=h642-6930a08 |53711| A|er |d|0001 | A|49998|0046508
drawing Data=h642-6930a08 |53711| A|er |d|0001.1 | A|49998|0031027
drawing Data=h642-6930a08 |53711| A|er |d|0001.2 | A|49998|0017479
drawing Data=h642-6930a08 |53711| A|er |d|0002 | A|49998|0034913
drawing Data=h642-6930a08 |53711| A|er |d|0003 | A|49998|0068147
drawing Data=h642-6930a08 |53711| A|er |d|0004 | A|49998|0062975
drawing Data=h642-6930a08 |53711| A|er |d|0005 | A|49998|0068255
drawing Data=h642-6930a08 |53711| A|er |d|0006 | A|49998|0043658
drawing Data=h642-6930a08 |53711| A|er |d|0007 | A|49998|0044536
drawing Data=h642-6930a08 |53711| A|er |d|0008 | A|49998|0111058
drawing Data=h642-6930a09 |53711| C|er |d|0001 | C|49998|1005340
drawing Data=h642-6930a11 |53711| A|er |d|0001 | A|49998|0258692
drawing Data=h642-6930a13 |53711| A|er |d|0001 | A|49998|0163937
drawing Data=h642-6930a18 |53711| A|er |d|0001 | A|49998|0147308
drawing Data=h642-6930a20 |53711| A|er |d|0001 | A|49998|0046587
drawing Data=h642-6930a22 |53711| A|er |d|0001 | A|49998|0863142
drawing Data=h642-6930a23 |53711| B|er |d|0001 | B|49998|0610397
drawing Data=h642-6930a24 |53711| B|er |d|0001 | B|49998|0838277
drawing Data=h642-6930a25 |53711| A|er |d|0001 | A|49998|0196702
drawing Data=h642-6930a30 |53711| B|er |d|0001 | B|49998|0600504
drawing Data=h642-6930a31 |53711| B|er |d|0001 | B|49998|1076755
drawing Data=h642-6930a32 |53711| D|er |d|0001 | D|49998|0768038
drawing Data=h642-6930a35 |53711| B|er |d|0001 | B|49998|0305215
drawing Data=h642-6930a46 |53711| B|er |d|0001 | B|49998|0247917
drawing Data=h642-6930a47 |53711| A|er |d|0001 | A|49998|0079102
drawing Data=h642-6930a48 |53711| A|er |d|0001 | A|49998|0491967
drawing Data=h642-6930a50 |53711| A|er |d|0001 | A|49998|0310238
drawing Data=h642-6930a52 |53711| A|er |d|0001 | A|49998|0288640
drawing Data=h642-6930a54 |53711| A|er |d|0001 | A|49998|0307491
drawing Data=h642-6930a57 |53711| A|er |d|0001 | A|49998|0511216
drawing Data=h642-6930a59 |53711| B|er |d|0001 | B|49998|0592811
drawing Data=h642-6930a60 |53711| A|er |d|0001 | A|49998|1584349
drawing Data=h642-6930a63 |53711| B|er |d|0001 | B|49998|0630801
drawing Data=nswcpd-0062-16 |53711| -|lr |d|0001 | -|49998|0010596
drawing Data=6985454 |53711| A| |d|0000.a | A|49998|0043734
drawing Data=6985454 |53711| A| |d|0001 | A|49998|0073109
drawing Data=6985454 |53711| A| |d|0002 | A|49998|0034850
drawing Data=6985454 |53711| A| |d|0003 | A|49998|0010505
drawing Data=6985454 |53711| A| |d|0004 | A|49998|0012762
drawing Data=6985454 |53711| A| |d|0005 | A|49998|0024340
drawing Data=6985454 |53711| A| |d|0006.1 | A|49998|0064372
drawing Data=6985454 |53711| A| |d|0006.2 | A|49998|0062132
drawing Data=6985454 |53711| A| |d|0006.3 | A|49998|0066946
drawing Data=6985454 |53711| A| |d|0006.4 | A|49998|0061943
drawing Data=6985454 |53711| A| |d|0006.5 | A|49998|0064078
drawing Data=6985454 |53711| A| |d|0006.6 | A|49998|0065658
drawing Data=6985454 |53711| A| |d|0007.1 | A|49998|0024644
drawing Data=6985454 |53711| A| |d|0007.10 | A|49998|0024588
drawing Data=6985454 |53711| A| |d|0007.2 | A|49998|0043696
drawing Data=6985454 |53711| A| |d|0007.3 | A|49998|0038697
drawing Data=6985454 |53711| A| |d|0007.4 | A|49998|0036692
drawing Data=6985454 |53711| A| |d|0007.5 | A|49998|0036530
drawing Data=6985454 |53711| A| |d|0007.6 | A|49998|0044503
drawing Data=6985454 |53711| A| |d|0007.7 | A|49998|0037445
drawing Data=6985454 |53711| A| |d|0007.8 | A|49998|0041632
drawing Data=6985454 |53711| A| |d|0007.9 | A|49998|0040265
drawing Data=6985454 |53711| A| |d|0008 | A|49998|0083977
drawing Data=6985454 |53711| A| |d|0009 | A|49998|0062070
drawing Data=6985454 |53711| A| |d|0010 | A|49998|0059631
drawing Data=6985454 |53711| A| |d|0011 | A|49998|0116678
drawing Data=6985454 |53711| A| |d|0012 | A|49998|0102707
drawing Data=6985454 |53711| A| |d|0013 | A|49998|0142455
drawing Data=6985454 |53711| A| |d|0014 | A|49998|0109788
drawing Data=6985454 |53711| A| |d|0015 | A|49998|0114225
drawing Data=6985454 |53711| A| |d|0016 | A|49998|0113091
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=iso9001 | | | |010417|a| | |
document Ref Data=mil-std-973 | | | |950113|a| |03|
3. Requirements
3.1 Cage Code/reference Number Items - The Accumulator,hydraul Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;53711 556-6985454-b1;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To
mil-i-45208 Are Granted Permission To Utilize This If Desired.;
4.3 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.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years 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.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
City Of Cagayan De Oro Tender
Chemical Products
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 1.5 Million (USD 27 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390 - 2024 1. The City Government Of Cagayan De Oro, Through The General Fund 2024 Intends To Apply The Sum Of One Million Five Hundred Eighty Thousand Four Hundred Forty Eight And 14/100 Pesos (php1,580,448.14), Being The Approved Budget For The Contract (abc) To Payment Under The Contract For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390 - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 150 Pc 70% Isopropyl Alcohol 500ml Scented 70% Isopropyl, 500ml/btl 2 12 Ream A3 Paper Size 297 X 420 Mm 3 150 Ream A4 Paper A4 Multicopy 70gsm, 500pcs/ream 4 60 Pc Aa Battery Heavy Duty 2pcs/blister Pack 5 6 Gal Alcohol, 1 Gal With Moisturizer 6 24 Bottle Alcohol, 500ml, Isopropyl 70% . 7 207 Pc Ballpen, Black 0.5 Or 0.7, Black Ink, Flex Stick 8 637 Pc Ballpen, Black Color Black 9 332 Pc Ballpen, Blue Blue 10 100 Pc Ballpen, Green Color Green 11 1610 Pc Ballpen,black . 12 836 Pc Ballpen,black 0.7 Clickable Pen 13 125 Pc Ballpen,red 0.7 Clickable Pen 14 22 Pack Battery, Dry Cell, Aa 2pcs. Per Blister Pack Heavy Duty 15 22 Pack Battery, Dry Cell, Aaa 2pcs. Per Blister Pack Heavy Duty 16 2 Gal Bleaching Solution Bleaching Solution 17 18 Gal Bleaching Solution, 1gal. . 18 120 Ream Bond Paper A4 Multipurpose Paper, 80 Gsm 19 20 Ream Bond Paper A4 Size 70gsm A4 Size 70gsm|ream 20 18 Ream Bond Paper Legal Size 70gsm Legal Size 70gsm|ream 21 6 Ream Bond Paper Long Croco Multipurpose Copy Paper, 8.5 In. X 13 In., 500 Sheets, Ultra White, 80 Gsm. Sub 20 22 7 Ream Bookpaper Paper Multi-copy, Long 23 7 Ream Bookpaper, A4, 80gsm Paper Multi-copy, A4 24 50 Ream Bookpaper, Short, 80gsm . 25 10 Pc Broom Soft (tambo) Broom Soft (tambo)|pc 26 1 Pc Broom Stick (ting-ting) Broom (walis Tingting) 27 48 Pc Broom, Soft (tambo) . 28 118 Pc Broom, Stick (ting-ting) Stick 29 1 Box Brown Envelope Long (500's) Brown Envelope, Legal Size 30 1 Pc Bulletin Board White Board, Wall Mount, 18" X 24" 31 5 Pack Cartolina Assorted Color, 20pcs/pack 20pcs/pack 32 12 Pc Cleaner, Toilet Bowl & Urinal, 500ml Bottle Toilet Bowl & Urinal 33 10 Pc Clip, Backfold, 19mm (3/4"),12/box 19mm (3/4"),12pieces/box 34 2 Pc Clip, Backfold, 19mm (3/4"),12/box Black 35 11 Box Clip, Backfold, 50mm (2"), 12/box . 36 2 Pc Cloth Duster Cloth Duster 37 5 Pc Cloth Duster Duster 38 1 Ream Colored Bond Pink (long) 70gsm 39 1 Pc Columnar Pad - 18 Cols. 18 Columns 40 15 Box Continuous Form, 3 Ply, 280 X 378mm, Carbonless . 41 4 Box Continuous Form,11x14 7/8, 280mmx378mm 4ply Carbonless . 42 110 Box Continuous Form,11x9 1/2, 280 X 241mm 3 Ply Carbonless . 43 90 Box Continuous Form,11x9 1/2, 280mmx241mm 1ply Carbonless . 44 80 Box Continuous Form,11x9 1/2, 280mmx241mm 2ply Carbonless . 45 10 Pc Cutter Blade, For Heavy Duty Cutter . 46 1 Pc Cutter Knife, For General Purpose Cutter Knife, For General Purpose 47 4 Pc Cutter Knife, For General Purpose . 48 53 Pc Data Filer W/ Cover Double Color: Blue 49 24 Pc Data Filer W/ Cover Double Data Filer With Cover Double "hard Type" Height 11 1/2" X Width 11 1/2" Length 15 1/2" - Red 50 9 Pc Data Filer W/ Cover Medium . 51 15 Pc Data Filer W/o Cover Double . 52 9 Pc Data Filer W/o Cover Medium . 53 17 Pc Data Filer With Cover, For A3 Size 54 1 Pc Dating And Stamping Machine, Heavy Duty Heavy Duty 55 20 Pc Detergent Powder - 500g Powder - 500g|pc 56 175 Pack Detergent Powder, All-purpose, 1kg 1 Kilogram/pack 57 17 Bottle Dishwashing Liquid, 500ml . 58 10 Pc Dishwashing Paste Dishwashing Paste|pc 59 1 Gal Disinfectant Solution Disinfectant Solution 60 28 Can Disinfectant Spray, Aerosol Type, 400-550 Grams 550g/can 61 20 Bottle Diswashing Liquid, 500ml Liquid, 500ml|bottle 62 51 Pc Envelope Plastic Expanding, Long Clear 63 400 Pc Envelope Plastic Long Long (legal Size) 64 806 Pc Envelope W/ Cord Expanding, For Legal Size Documents Legal Size Documents 65 101 Pc Envelope W/ Cord Expanding, Long Expanding, Long 66 250 Pc Envelope, Documentary, For A4 Size Documents A4 Size Documents 67 100 Pc Envelope, Expanding Plastic W/ Handle Plastic Envelope 68 5 Box Envelope, Mailing, White , 80gsm, (-5%) . 69 8 Pc Expanded Envelope Phoenix Expanded Envelope Long (green) 70 1 Box Expanding Envelope Explanded Envelope W/cord, Legal Size 71 3 Liter Fabric Conditioner, 800ml . 72 15 Box Fastener #14 -long 73 33 Box Fastener, Metal, 70mm Between Prongs 70mm Between Prongs 74 33 Box Fastener, Plastic Coated . 75 8 Pc File Tray Metal Desk Tray With 3 Layers (black) 76 10 Pc Floor Mop Floor Mop|pc 77 150 Pc Folder A4 Ordinary Folder Morocco A4 Size, Brown 78 166 Pc Folder Green Long W/ Index Guide Long W/ Index Guide 79 51 Pc Folder Ordinary Long White Folder Legal Size 80 100 Pc Folder, Morocco, Long Color White 81 51 Pc Folder,green, Long W/ Index Guide Green 82 20 Pack Garbage Bag Xxl Plastic Bag Garbage 83 13 Pc Garbage Can Garbage Can|pc 84 7 Pc Garbage Can Plastic W/ Cover, Medium Plastic W/ Cover, Medium 85 5 Liter Glass Cleaner Cleaner 86 6 Liter Glass Cleaner, 1 Liter 1 Liter/bottle 87 6 Pack Glossy Premium Plus Photo Paper (235 Gsm) Glossy Premium Plus Photo Paper (235 Gsm) 88 40 Pc Glue, All Purpose, Gross Weight: 200g Min All Purpose, Gross Weight: 200g Min|pc 89 8 Pc Glue, All Purpose, Gross Weight: 200g Min Gross Weight: 200g 90 10 Pack Index Card, 5x8, Thick 100pcs./pack . 91 32 Can Insecticide, Aerosol Type, Net Content, 600ml Min Aerosol Type, Net Content, 600ml/can 92 370 Pc Manila Paper . 93 9 Pc Marker, White Board, Black 94 200 Pc Marker Permanent Bullet Type, Color Black 95 150 Pc Marker Permanent, Bullet Type, Black Bullet Type, Black 96 18 Pc Marker Permanent, Bullet Type, Blue . 97 39 Pc Marker Whiteboard (black), Felt Tip Felt Tip; Black 98 10 Pc Marker Whiteboard (black), Felt Tip, Bullet Type Marker Whiteboard (black), Felt Tip, Bullet Type 99 19 Pc Marker Whiteboard (blue), Felt Tip . 100 1 Pc Marker Whiteboard (red), Felt Tip Red 101 35 Pc Marker Whiteboard Felt Tip, Bullet Type 102 100 Ream Mimeo Paper, Whitewove, Legal Size, 70gsm S20 103 1 Pc Mop Handle Mop Handle 104 12 Pc Mop Handle, Heavy Duty, Screw Type . 105 1 Pc Mop Head Mop Head 106 55 Pc Mop Head, Made Of Rayon, Weight: 400 Grams Min . 107 69 Ream Newsprint, A4 Size . 108 8 Ream Newsprint, Legal Size . 109 15 Pc Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min|pc 15 Pcs. Assorted Color 100 Sheets Per Pc/per Pad 110 1 Pc Note Pad, Stick-on, 50mm X 76mm (2"x3") Min Assorted Color 111 11 Pc Note Pad, Stick-on, 76mm X 100mm (3"x4") Min Assorted Color 112 11 Pc Note Pad, Stick-on, 76mm X 76mm (3"x3") Min Assorted Color 113 200 Pc Notebook Color Yellow, 40 Leaves, Yarn 114 95 Roll Packaging Tape #2" . 115 10 Box Paper Clip, Vinyl/ Plastic Coat, Length: 32mm Paper Clip, Vinyl/ Plastic Coat, Length: 33mm 116 41 Box Paper Clip, Vinyl/plastic Coat, Length: 32mm . 117 20 Box Paper Fastener - #14 Fastener - #14|box 118 10 Box Paper Fastener Metal Metal Per Box 119 3 Box Paper Fastener, Plastic Fastener, Plastic Coated 7cm Long 120 546 Ream Paper Multi-purpose (copy), A4, 70gsm . 121 496 Ream Paper Multi-purpose (copy), Legal, 70gsm . 122 250 Ream Paper, Multicopy 80gsm, Size: 210mmx297mm 500pcs/ream, Multicopy 80gsm, Size: 210mmx297mm|ream 123 119 Ream Paper, Multicopy, 80gsm, Size:210mmx297mm 80gsm; Size:210mmx297mm 124 51 Pc Paste 7oz 7oz 125 3 Pc Pencil Sharpener, Manual, Single Cutter Head . 126 202 Pc Pencil W/ Eraser With Eraser 127 10 Pc Permanent Marker Broadtype Marker, Permanent, Broad Type, Black 128 11 Pc Philippine Flag, 100% Polyester . 129 200 Pc Plastic Envelope Long Ordinary Plastic Envelop, Long 130 10 Pc Plastic Envelope Long Plastic Envelop, With Handle, Long Color : Red & Yellow 131 1 Roll Plastic Twine Straw 1 Kilo/roll Strong Plastic Twine 132 21 Sachet Powder Soap 80 Grams Powder Soap 80 Grams|sachet 133 4 Pc Puncher, Paper, Heavy Duty, With Two Hole Guide Heavy Duty, With Two Hole Guide 134 11 Box Push Pins, Colored 100pcs./box Colored 100pieces/box 135 10 Box Rubber Band, 70mm Min. Lay Flat Length: #18 Lay Flat Length: #18 136 15 Pc Ruler 12", Plastic 12 Inch 137 200 Pc Seminar Id Seminar Badge With Elastic Band, Size 4 1/4" Zx Xz3 3/4" 138 39 Pc Sign Pen (0.5mm) Black Sign Pen 0.5mm 139 100 Pc Sign Pen (1.0mm) Water-based 1.0mm 140 20 Pc Sign Pen, Water-based, Black (0.5) . 141 20 Pc Sign Pen, Water-based, Black (1.0) . 142 100 Pc Signpen, Green, Liquid/ Gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip 143 391 Pc Signpen,black, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Black 144 112 Pc Signpen,blue, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Blue 145 7 Pc Spin Mop . 146 5 Pc Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min Dimension: 60mm X 100mm 147 100 Box Staple Wire # 35 Heavy Duty Stapler Wire No.35 148 20 Box Staple Wire #35 G.t. Standard 149 102 Pc Staple Wire, Standard, (26/6) #35 #35 150 40 Unit Stapler Heavy Duty Stapler With Staple Remover No.35, 151 5 Pc Stapler With Remover Heavy Duty , Staple Wire Used Is #35 152 21 Pc Stapler, Heavy Duty With Remover . 153 11 Pc Stick Broom (silhig Tikog) Stick Broom(silhig Tikog)|pc 154 28 Pack Sticker Paper Sticker Paper Legal Size 155 30 Pack Sticker Paper: Self Adhesive Paper 10 Pcs Per Pack, Glossy 156 11 Pc Tape Dispenser, Table Top, For 24mm Width Tape Table Top, For 24mm Width Tape 157 104 Roll Tape, Masking, Width: 48mm (± 1mm) . 158 10 Liter Toilet Bowl Cleaner Toilet Bowl Cleaner|liter 159 9 Pc Toilet Deodorant Cake Deodorant Cake Type 160 88 Roll Transparent Tape, Width:48mm, (±1mm) 2" 48mm 161 50 Roll Trash Bag Xxl Heavy Duty Black Trash Bag Xxl 162 8 Pack Trash Bag Xxxl (100 Pieces/pack) Black Plastic 163 276 Pc Trash Bag, Large Size . 164 520 Pc Trash Bag, Medium Size, Pc Medium Size 165 518 Pc Trash Bag, Small Size Small Size 166 2010 Pc Trash Bag, Xxl Color: Black 167 20 Pack Trash Bag Trashbag, Xxl Size Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 December 2024 To 12:00 Noon Of 09 January 2025 From The Address 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 (php5,000.00). 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 City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 26 December 2024; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 09 January 2025. 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 2:00 P.m. Of 09 January 2025 At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City. 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 City Government Of Cagayan De Oro 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: Mr. Antonio Ramon Resma, Jr. Head Of The Bac Secretariat Bac Office, 3rd Floor Administrative Building, City Hall Cagayan De Oro City Telephone No. (088) 881–1567 (sgd.)atty. Joeffrey D. Namalata Bac Chairperson
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice sources Sought Notice page 4 Of 4
sources Sought Notice
*= Required Field
sources Sought Notice page 1 Of 4
this Not A Request For Quotes; The Government Is Seeking Information For Market Research Purposes Only. the West Texas Va Health Care System (wtvahcs) Requires Comprehensive Maintenance And Repair Services To Include Hardware /software Support Services, Software Upgrades And Annual Preventive Maintenance/calibration Coverage For The Ge Health Care Case V6.7 Serial Number Ste23140014sa, Muse Nx, And Cardio Day System. The Cardioday Holter System Is Required To Work Seamlessly With Ge Healthcare Muse Nx, Vista, And Ge Healthcare Seer Light Holter Recorders. Server Software Must Be Server Win 2019. Service And Software Agreement Will Cover Software Errors, Technical Support And Clinical Applications Support, Software Updates, And Remote Diagnostics Services.
conformance Standards: a. Contractor Shall Ensure That The Equipment Functions In Conformance With The Latest Published Edition Of The Applicable Standards, Such As: Nfpa-99, Ul, Osha, Jcaho, Va, Etc. And The Manufacturer's Performance Standards/ Specifications As Used When The Equipment Was Originally Procured And That Any Upgrades/updates Will Meet Or Exceed The Stated Standards/specifications. b. Contractor Must Comply With The Privacy Act Of 1974 And The Agency Rules And Regulations Issued Under The Act. c. Contractor Must Comply With Health Insurance Portability And Accountability Act Of 1996 (hipaa) And The Agency Rules And Regulations Issued Under The Act Surrounding Access, Protection And Confidentiality Of Personal Health Information And Individually Identifiable Information.
hours Of Coverage:
a. Contractor Will Provide Technical Telephone Support 24 Hours A Day, 7 Days A Week. Contractor Will Provide A Reasonable Amount Of Clinical Applications Support, Monday Friday, 8:00am To 4:30pm Cst, Excluding Federal Holidays, By Telephone In Response To Inquiries. Contractor Will Make Reasonable Efforts To Respond By Telephone To A Report Of An Error Or Malfunction Within One Hour After Notification By Customer, And Provide On-site Support Within Twenty-four Hours, During Covered Days, Of Notification By Customer.
b. Contractor Will Provide Planned Maintenance For The Hardware In Accordance With Ge Healthcare And Oem Recommended Frequencies And Hardware Specifications As Set Forth In The Ge Healthcare Service Manuals. All Inspections Will Be Scheduled At A Mutually Agreeable Time Between Mondays - Fridays, 8:00am-4:30pm Local Site Time. c. Cor Or Designated Alternate Shall Provide Reasonable Access To The Equipment, Reasonable Working Space, And A Reasonable Safe, Hazard-free Operating Environment For Contractor S Employees And Representatives Providing Services Hereunder During Hours Of Coverage.
d. Federal Holidays Observed By The Wtvahcs Are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Juneteenth Day Christmas Day Independence Day unscheduled Maintenance (repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With Manufacturer S Guidance With An Onsite Response Time Within 24 Hours For Repairs (next Business Day). Contractor Shall Make Reasonable Efforts For Fse To Respond By Telephone Within One (1) Hour After Notification Of A Malfunction. The Co Or Cor Has The Authority To Approve/request A Service Call From The Contractor. b. Coverage Includes On-site Support, Service Parts, Software, And Labor. c. Contractor Will Provide Telephone Support Per Section C, Iv, Hours Of Coverage.
d. When The Contractor Leaves On-site Location Where Maintenance Services Are Being Performed, The Site Shall Be Left In A Clean, Neat, And Orderly Condition Ensuring The Hospital/clinic Staff And Patients Are Not Subjected To Any Safety Hazards, Including But Not Limited To Expose Wiring, Open Circuit Panels, Or Tripping Hazards. e. The Cor Will Be Informed Personally Or In Writing Of The Equipment Status Prior To The Contractor Leaving The Work Site.
f. The Contractor Is Not Responsible For The Maintenance Of Equipment Listed When Damage Resulted From Act Of God Or When Services From Other Than The Contractor S Personnel Have Been Performed. The Contractor Is Not Responsible For The Maintenance Of Equipment Listed When Damage Results From Government Neglect, Misuse, Abuse, Unauthorized Attachments, Or Alterations To Factory Settings Of The Unit.
scheduled Maintenance:
a. The Contractor Shall Perform Pm Services To Ensure That Equipment Listed In The Schedule Performs In Accordance With Section C, Iii, Conformance Standards. Such Maintenance Will Be Performed At Mutually Agreed Times During Pm Coverage Hours. All Exceptions To The Pm Schedule Shall Be Arranged And Approved In Advance With The Cor.
b. The Contractor Shall Provide And Utilize Procedures And Checklists With Worksheet Originals Indicating Work Performed And Actual Values Obtained (as Applicable). Any Charges For Parts, Services, Manuals, Tools, Or Software Required To Successfully Complete Scheduled Pm Are Included Within This Contract, Unless Specifically Stated In Writing.
c. The Contractor Shall Provide Written Description Of Preventive Maintenance Inspections (pmi). This Description Shall Include An Itemized List Of The Procedures Performed. Pm Services Shall Include, But Need Not Be Limited To, The Following:
1. Cleaning Of Equipment.
2. Calibrating And Lubricating The Equipment.
3. Performing Remedial Maintenance Of Non-emergent Nature.
4. Testing And Replacing Faulty And Worn Parts And/or Parts Likely To Become Faulty, Fail Or Become Worn.
5. Inspecting And Replacing Where Indicated, Electrical Wiring And Cables For Wear And Fraying.
6. Inspecting And Replacing, Where Indicated, All Mechanical Components. 7. Returning The Equipment To The Operating Condition. 8. Providing Documentation Of Services Performed. parts:
a. The Contractor Has Ready Access, No More Than Three (3) Business Days, To All Parts, Including Unique And/or High Mortality Replacement Parts. The Contract Shall Include All Parts Except, If Applicable, Those Parts Specifically Listed As Being Excluded. The Contractor Shall Use New Or Rebuilt Parts Which Meet Or Exceed Oem Standards For Equivalent Quality And Reliability As A New Part. Used Parts Or Those Removed From Another System Shall Not Be Installed Without Specific Approval By The Co Or The Cor.
b. The Contractor Shall Not Modify The System To Facilitate Replacement Parts That Are Not Identical To The Part Being Replaced Unless Such Modification Was Developed, Approved And Released By The Oem.
c. The Following Items Are Excluded From Coverage: User-replaceable Expendable Parts/supplies And Parts Replaced For Cosmetic Reasons. The Contractor Shall Also List Any Additional Excluded Parts Under The Service Contract.
d. Any Hardware, Such As A Hard Drive, Which Contained Patient Information, Must Be Sanitized In Accordance With National Security Agency Standards By Wtvahcs Staff Prior To Being Removed From The Wtvahcs.
service Manuals/tools/equipment:
a. The Wtvahcs Shall Not Provide Tools, (test) Equipment, Service Manuals, Or Service Diagnostic Software To The Contractor. Contractor Shall Obtain, Have On File, And Make Available To Its Fse All Operational And Technical Documentation (such As Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. b. Contractor Shall Provide The Cor Two (2) Copies Of All Documentation That Pertains To Any Hardware, Software, Or Firmware Upgrade Or Repair. documentation/reports:
the Documentation Shall Include Detailed Descriptions Of The Maintenance Procedures Performed, Including Replaced Parts. In Addition, Each Esr Must, At A Minimum, Document The Following Data Legibly And In Complete Detail: A. Name Of Contractor And Contract Number. B. Name Of Fse Who Performed Services. C. Contractor Service Esr Number/log Number. D. Description Of Problem Reported By Cor. E. Identification Of Equipment Serviced. F. Itemized Description Of Service Performed, With Parts And Part Numbers. G. Itemized Costs Of Any Approved Billable Parts And Services, If Applicable. reporting Requirements: The Contractor Shall Report His Arrival In Person Or By Telephone To Biomedical Engineering. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Check Out With Biomedical Engineering And Submit The Esr(s) To The Cor. If The Cor Is Unavailable, A Copy Of The Esr Will Be Sent To The Cor After The Work For Review.
the North American Industry Classification System (naics) Is 811210 Electronic And Precision Equipment Repair And Maintenance, Service Code (psc) Is J065 - Maintenance, Repair, And Rebuilding Of Equipment Medical, Dental, And Veterinary Equipment And Supplies. The Full-service Contract Will Cover One (1) Base Year And 4 Option Years With A Start Date On Or About May 1, 2025 Through April 30, 2026.
responses To This Notice Shall Include Company/individual Name, Size Status For The Above Reference Naics Code, A Service Capability Statement, Sam Entity Unique Identifier (eui), Duns Number, Address, Point Of Contact And Examples Of Similar Facilities To Which Similar Services Have Been Provided To. Contractors Should Provide Information On Whether They Are Certified Sdvosb, Vosb, Hub Zone, 8(a), Women-owned Concern. If Standard Company Brochures Will Be Provided As A Response To This Source Sought, Ensure That Additional Information Tailored To This Notice Is Included. If You Are In Gsa, Please Provide Schedule And Contract Number.
a Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The Contract Opportunities Website Https://sam.gov At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Response To This Announcement. Contractors Must Be Registered In System For Award Management (sam), See Internet Site: Https://www.sam.gov For Information About Registration.
responses To This Notice Must Be Submitted Via Email To Anitra.carter@va.gov No Later Than January 10, 2025 At 10:00 Am Ct. No Telephone Inquiries Will Be Accepted.
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Baras Elementary School Tender
Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 288 K (USD 4.9 K)
Details: Description Rfq No.: Rfq-2025-01-001 Request For Quotation The Deped Division Of Rizal – Baras Elementary School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Purhcase Of Baras Es School Supply And Other Materials For The Month Of January And February ₱288,000.00 Delivery Date: 5 Calendar Days Upon Receipt Of Purchase Order Delivery Venue: Baras Elementary School, Jp. Rizal St. Barangay Concepcion, Baras, Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy If Not Original 3 Copies On Legal Papers): 1. Latest Mayor’s Permit 2. Philgeps Registration 3.dti 4. Tax Clearance Ctc. “please Indicate Item Brand” In Your Submitted Rfq. Quotations/proposals And Documentary Requirements Per Lot May Be Placed In Sealed Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 13, 2025, 8:00 A.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 13, 2025,10:00 A.m. At Baras Elementary School Conference Room, Cabrera Jp. Rizal St. Barangay Concepcion, Baras, Rizal. Quotations/ Proposals Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Above Mentioned Address. Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Page 2 Of 8 Note: Please Submit Quotation / Proposals (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person: Reyish Francois C. Capistrano Bac, Goods And Services, Secretariat Contact No. : 09395526338 Place Of Submission: Bids And Committee (bac) Office, Conference Room, Jp. Rizal St. Concepcion, Baras, Rizal Baras Elementary School – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Reyish Francois C. Capistrano Bac – Goods And Services, Secretariat Deped, Baras Elementary School Jp. Rizal St. Brgy. Concepcion, Baras, Rizal Contact No.: 09395526338 Email Address: Website: Lolita S. Mateo Chairperson, Bac – Goods And Services Page 3 Of 8 Annex A Price Quotation Form Date: Bac Chairperson Department Of Education Division Of Rizal Taytay, Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Purchase Of Parts And Repair Of The Service Vehicle Quantity Item Description / Unit Cost Total Contract Cost For January Regular Mooe Please Indicate Item Brand. Please Indicate Item Brand Please Indicate Item Brand 350 Reams Bond Paper A4 250 Reams Bond Paper Legal 9 Packed Sticker Paper 10 Boxes Permanent Marker 10 Boxes White Board Marker 15 Boxes Green Ball Pen 15 Boxes Black Ball Pen 4 Packs White Folder A4 100s 5 Packs Laminating Film A4 250 Mic 8 Pieces Heavy Duty Puncher Subtotal For February Regular Mooe 95 Gallons Alcohol 1 Gal. 95 Pieces Hand Sanitizer 500ml 90 Pieces Dishwashing Liquid 1l 30 Packs Gargabe Bag L 100’s 29 Packs Garbage Bag Xl 100’s 35 Packs Garbage Bag Xxl 100’s 35 Packs Garbage Bag Medium 100’s 50 Pieces Air Freshner 340g. 70 Pieces Mosquito Repelant 500ml 70 Pieces Bleaching Liquid 3785 Ml Total Amount In Words: _________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, __________________________________ Name / Signature Of Representative ____________________________ Name Of Company ____________________________ Contact No. Page 4 Of 8 Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Supply And Delivery To Baras Elementary School Of Assessment Materials Quantity Unit Of Measure Item Description For December Regular Mooe 350 Reams Bond Paper A4 250 Reams - Bond Paper Legal 9 Packs Sticker Paper 10 Boxes Permanent Marker 10 Boxes White Board Marker 15 Boxes Green Ball Pen 15 Boxes Black Ball Pen 4 Packs White Folder A4 100s 5 Packs Laminating Film A4 250 Mic 8 Pices Heavy Duty Puncher For February Regular Mooe 95 Gallon Alcohol 1 Gal. 95 Pieces Hand Sanitizer 500 Ml 90 Pieces Dishwashing Liquid 1l 30 Packs Gargabe Bag L 100’s 29 Packs Garbage Bag Xl 100’s 35 Packs Garbage Bag Xxl 100’s 35 Packs Garbage Bag Medium 100’s 50 Pieces Air Freshner 340g. 70 Pieces Mosquito Repelant 500ml 70 Pieces Bleaching Liquid 3785 Ml _________________________ ____________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Page 5 Of 8 Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. Supply And Delivery To Sdo Rizal Of Training Supplies For Als Program Assessment Item Specification Quantity Delivered (week / Months) For January Regular Mooe 1 Bond Paper A4 350 Reams 5 Calendar Days Upon Receipt Of Purchase Order 2 Bond Paper Legal 250 Reams 5 Calendar Days Upon Receipt Of Purchase Order 3 Sticker Paper 9 Packed 5 Calendar Days Upon Receipt Of Purchase Order 4 Permanent Marker 10 Boxes 5 Calendar Days Upon Receipt Of Purchase Order 5 White Board Marker 10 Boxes 5 Calendar Days Upon Receipt Of Purchase Order 6 Green Ball Pen 15 Boxes 5 Calendar Days Upon Receipt Of Purchase Order 7 Black Ball Pen 15 Boxes 5 Calendar Days Upon Receipt Of Purchase Order 8 White Folder A4 100s 4 Packs 5 Calendar Days Upon Receipt Of Purchase Order 9 Laminating Film A4 250 Mic 100’s 5 Packs 5 Calendar Days Upon Receipt Of Purchase Order 10 Heavy Duty Puncher 8 Pieces 5 Calendar Days Upon Receipt Of Purchase Order For February Regular Mooe 1 Alcohol 1 Gal. 95 Gallons 5 Calendar Days Upon Receipt Of Purchase Order 2 Hand Sanitizer 500ml 95 Pieces 5 Calendar Days Upon Receipt Of Purchase Order 3 Dishwashing Liquid 1l 90 Pieces 5 Calendar Days Upon Receipt Of Purchase Order 4 Gargabe Bag L 100’s 30 Packs 5 Calendar Days Upon Receipt Of Purchase Order 5 Garbage Bag Xl 100’s 29 Packs 5 Calendar Days Upon Receipt Of Purchase Order 6 Garbage Bag Xxl 100’s 35 Packs 5 Calendar Days Upon Receipt Of Purchase Order 7 Garbage Bag Medium 100’s 35 Packs 5 Calendar Days Upon Receipt Of Purchase Order 8 Air Freshner 340g. 50 Pieces 5 Calendar Days Upon Receipt Of Purchase Order 9 Mosquito Repelant 500 Ml 70 Pices 5 Calendar Days Upon Receipt Of Purchase Order 10 Bleaching Liquid 3785 Ml 70 Pieces 5 Calendar Days Upon Receipt Of Purchase Order I Hereby Certify To Comply And Deliver All The Above Requirements: ___________________________ ______________________________ ______________ Name Of Company / Bidder Signature Over Printed Name Date Page 9 Of 9 Annex D Terms And Conditions 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Sdo Rizal Office. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially Inproper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. 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. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Deped Rizal - Bac Shall Rescind 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 Open To It. I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________ ______________________________ _______________ Name Of Company / Bidder Signature Over Printed Name
Binangonan Central Elementary School Tender
Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 125.8 K (USD 2.1 K)
Details: Description Rfq No.: Rfq-2025-01-003 Request For Quotation The Binangonan Elementary School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Small Value Procurement For The Item/s Stated Below, In Accordance With Section 53.9 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Printing And Reproduction Of 3rd Quarter Exam For Use Of Pupils Of Binangonan Elementary School Php 125,820.00 Delivery Date: 5 Days Delivery Venue: Binangonan Elementary School Jp Rizal St., Brgy Layunan, Binangonan Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Calculated And Responsive Quotation For The Subject Item(s) Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission 1. Latest Mayors’ Permit (3 Certified Photocopy) 2. Philgeps Registration Number (3 Certified Photocopy) 3. Dti Or Sec (3 Certified Photocopy) 4. Notarized Omnibus Sworn Statement (3 Original Copies) 5. Latest Income/business Tax Returns ((3 Certified Photocopy) 6. Price Quotation (3 Original Copies) 7. Tax Clearance A Complete Set Of Quotation Form Shall Be Acquired By Interested Bidders At Philgeps Website And Facebook Page Of Binangonan Elementary School From January 22, 2025 To January 26, 2025(weekdays Only) From 9:00 Am To 3:00 Pm And January 27, 2025 9:00 Am To 12:00 Pm Quotations / Proposals And Documentary Requirements May Be Placed In Sealed Expandable Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 27, 2025, 12:00 Pm. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 27, 2025 2:00 Pm At Binangonan Elementary School-admin Office, Jp Rizal St., Brgy Layunan Binangonan Rizal. Please Quote Your Lowest Gross Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person : Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Sub-office Contact Nos. : 09568827039 Place Of Submission : Binangonan Elementary School The Binangonan Elementary School – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Binangonan Elementary School – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Elementary School J.p. Rizal St. Brgy. Layunan, Binangonan, Rizal Email Address: Aljefferson.bolante@deped.gov.ph Contact No.: 09568827039 Melani A. Mariano Bac Chairperson Annex A Price Quotation Form Date: Bac Chairperson Binangonan Elementary School Jp Rizal St., Layunan Binangonan Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Item Description Unit Cost Total Contract Cost For 3rd Quarter Exam 4194 Printing And Reproduction Of Test Papers Als- 169 Sped- 140 Kinder- 449 Grade 1- 517 Grade 2- 556 Grade 3- 514 Grade 4- 639 Grade 5- 563 Grade 6- 647 Total Amount In Words The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, Name / Signature Of Representative Name Of Company Contact No. Annex B Technical Specifications Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. Quantity Unit Of Measurement Item Description For 3rd Quarter Exam 4194 Set Printing And Reproduction Of Test Papers Als- 169 Sped- 140 Kinder- 449 Grade 1- 517 Grade 2- 556 Grade 3- 514 Grade 4- 639 Grade 5- 563 Grade 6- 647 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements I Hereby Certify To Comply And Deliver All The Above Requirements: Item No. Specification Quantity Delivered 5 Working Days Upon Receipt Of Purchase Order/per Delivery Schedule 1 Printing And Reproduction Of Test Papers Als- 169 Sped- 140 Kinder- 449 Grade 1- 517 Grade 2- 556 Grade 3- 514 Grade 4- 639 Grade 5- 563 Grade 6- 647 4194 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex D Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8- 13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Doc. No. Page No. Book No. Series Of Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued]
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents
Details: (ii) The Solicitation Number Is W91rus25q0002. This Solicitation Is A Request For Quote (rfq) Iaw Far Parts 12 And 13. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-019. (iv) The Applicable Naics Code Is 517111 And The Small Business Size Standard Is Less Than 1500 Employees. This Acquisition Is Not Set-aside For Small Businesses. (v) The Contract Line Item Numbers And Items, Quantities And Unit Of Issue Are Identified On The Attached Pricing Schedule. The Contract Scope And Requirements Are Described In The Attached Statement Of Work (sow). The Statement Of Work Is Available Under The Attachments Section Below. (vi) This Request For Quote (rfq) Is For The Local Voice And Data Circuits Listed In Appendix 10 Of The Statement Of Work For Fort Bliss, Tx. (vii) Performance Periods: installation/cut-over (clin 0001)
base Year, 12 Months (clin 0002) (viii) Provision 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition Including The Following Addendum: 52.212-1 Addendum (b) Submission Of Offers. (13) Quotations Will Only Be Accepted From Facilities-based Incumbent And Competitive Local Exchange Carriers Certified By The State Of Texas To Provide Local Exchange Services. Quotations That Include Terms And Conditions Other Than Those In The Request For Quotations Will Be Considered Non-responsive And Not Considered For Award And The Us Army Will Not Incorporate Special Terms And Conditions Into The Resulting Firm-fixed Price Contract. Quotations That Take Exception To The Clauses Required By The Far And Dfars Will Be Considered Non-responsive And Will Not Be Considered For Award. (14) Submit Quotations Via E-mail To The Contracting Officer Not Later Than The Response Date And Time Specified In The Announcement. (15) Submit The Following With Each Quotation: contracting Information (a) The Unique Entity Identifier (uei) Number Of The Offeror Registered In The System For Award Management (sam). (b) Proof The Offeror Is A Facilities-based Carrier Certified To Provide Local Exchange Services Within The State Of Texas. Quotations Will Only Be Accepted From Facilities-based Carriers Certified To Provide Local Exchange Services. (ii) Pricing. Submit A Completed Copy Of The Attached Price Quotation Spreadsheet Including The Offeror's Prices And All Applicable Taxes, Fees And Surcharges. Unit Prices Must Be Limited To Two Decimal Places. Identify Non-priced Slins By Entering Nsp Or Nc In The Unit Price. The Us Army Is A Federal Government Entity, And As Such, Is Exempt From Certain Taxes. Offerors Must Identify And Include The Quantity And Amounts Of All Applicable Taxes, Fees And Surcharges On The Pricing Schedule. Quotations Should Not Include Any Taxes From Which The Federal Government Is Exempt. (ii) Technical Solution. A Detailed Narrative And Network Diagram Describing The Offeror's Facilities, Network, And Infrastructure To Deliver All Of The Circuits In The Statement Of Work To The Demarcation Locations. Technical Solutions That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Accepted. Long Distance Charges Are Not Within Scope Of This Requirement And Technical Solutions That Do Not Allow The Us Army To Designate Disa's Mandatory Long Distance Provider As The Primary Interchange Carrier (pic) In Accordance With The Statement Of Work Are Not Technically Acceptable. (iii) Past Performance Information. Provide Information From Recent Contracts Performed Within The Last Three (3) Years, Which Are Considered Relevant In Demonstrating Ability To Perform Local Exchange Services Involving Similar Scope, Magnitude Of Effort, And Complexities As The Services Described In This Solicitation. Include The Following Administrative Data For Each Referenced Contract Submitted: Offeror's Company Name; Contracting Agency; Contract Number; Brief Description Of Contract; Contract Type (i.e., Fixed Price, Time And Material, Etc.); Period Of Performance, Identification Of Any Significant Achievements Or Past Problems And Resolution; And Name, Address, Telephone Number, And Email Address Of Program Manager And Contracting Officer. period Of Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Days From The Date Specified For Receipt Of Quotations. multiple Awards. This Award Shall Be Made On An All Or None Basis. Offerors Must Provide A Quotation To Provide All Of The Circuits In The Statement Of Work, Appendix 10. Quotations That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Considered. end Of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, Applies To This Acquisition Including The Following Addendum: addendum To Far 52.212-2 (a) The Government Will Award A Firm-fixed Price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: price The Total Amount For The Base Year And All Option Years Will Be Evaluated From The Pricing Schedule. technical Capability - Acceptable Is Defined As A Quotation That Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As A Quotation That Does Not Clearly Meet The Minimum Requirements Of The Solicitation. past Performance - The Government Will Conduct An Evaluation And Review Of All Recent Past Performance Data Obtained To Determine How Closely The Work Performed Under These Efforts Relates To The Proposed Effort And How Well That Work Was Performed. The Offeror Shall Consider The Requirements Contained In Far Clauses 52.212-1 When Submitting Their Past Performance References. Past Performance Shall Be Evaluated Based On How Recent, Relevant And The Quality Of Services Rendered. To Consider Relevancy And Quality The Past Performance Evaluation Will Consider All Aspects Of An Offerors' Past Performance. For Purposes Of This Evaluation, Recent Is Defined As Contracts Performed Within The Past Three (3) Years From The Issuance Date Of The Solicitation. This Factor Will Be Rated As Acceptable Or Unacceptable. Acceptable Is Defined As The Pass Performance Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As The Past Performance Does Not Clearly Meet The Minimum Requirements Of The Solicitation. (x) Offerors Are Encouraged To Complete All Representations And Certifications Electronically At The System For Award Management Website Located At Url Https://sam.gov/ . If Not Completed On-line, Offerors Must Include A Completed Copy Of The Provisions At Far 52.212-3, Which Can Be Obtained At Https://www.acquisition.gov/browse/index/far, Far Part 52 Or Online At Https://sam.gov/. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition To Include The Following Addenda: 52.212-4 Addendum (w) Continuity Of Services And Option To Extend Telecommunication Services. (1) For All Services Required On This Contract, The Contractor Shall Continue To Provide Services Until A Release Date Is
established By The Government As A Result Of Competition (cutover Complete) Or Termination (including Termination For Cause Or Government Convenience). (2) The Contractor Recognizes That The Services Under This Contract Are Vital To The Government And Must Be Continued Without Interruption And That, Before Contract Expiration, A Successor, Either The Government Or Another Contractor, May Continue Them. The Contractor Agrees To - (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition. The Contractor Shall (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition To A Successor; And (iii) Notify The Government Of Any Services Not Cutover After Contract Expiration. end Of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. In Addition, The Following Far/dfars/affars Clauses/provisions, Either By Reference Or Full Text, Apply (clauses May Be Obtained Via The Internet At Https://www.acquisition.gov/browse/index/far): 52.204-7 System For Award Management
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards.
52.204-13 System For Award Management Maintenance
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations.
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
52.217-8 Option To Extend Services
52.225-13 Restrictions On Certain Foreign Purchases.
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment By Electronic Funds Transfer-system For Award Management.
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.237-3 Continuity Of Services
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7003 Agency Office Of The Inspector General
252.204-7003 Control Of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting.
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support.
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism.
252.225-7001 Buy American And Balance Of Payments Program.
252.225-7002 Qualifying Country Sources As Subcontractors.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.239-7002 Access.
252.239-7004 Orders For Facilities And Services.
252.239-7005 Rates, Charges, And Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation Or Termination Of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (dev) Supply Chain Risk (deviation 2018-o0020).
252.243-7001 Pricing Of Contract Modifications.
252.244-7000 Subcontracts For Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference, Feb 1998. For Purposes Of This Provision, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
52.252-2, Clauses Incorporated By Reference, Feb 1998. For Purposes Of This Clause, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Update As Of 20 December 2024: The Government Has Provided Responses To Questions Asked By The Market. The Response Due Date/time Has Been Extended To 3 January 2025 1700est To Allow For Interested Vendors To Respond. description the Army Contracting Command – Detroit Arsenal (acc-dta), In Support Of The United States Intelligence And Security Command (inscom), Is Seeking Information On Contractors Interested In And Capable Of Supporting Its Requirements For Professional Administrative Support Services At Inscom Headquarters And All Major Subordinate Commands (msc) As Described In The Attached Draft Performance Work Statement. this Is A Sources Sought Notice Only. This Rfi Is Issued Pursuant To The Federal Acquisition Regulation (far) Part 10. This Rfi Is Issued For Informational, Market Research And Planning Purposes Only. It Does Not Constitute A Request For Proposal (rfp), Request For Quote (rfq) Or A Promise To Issue An Rfp Or Rfq In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, Acc-dta Is Not At This Time Seeking Proposals And Will Not Pay For Any Information Or Administrative Cost Incurred In Responding To This Rfi. All Costs Associated With Responding To The Rfi Will Be Solely At The Responding Party’s Expense. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. interested Parties Are Responsible For Adequately Marking Proprietary, Restricted, Or Competition Sensitive Information In Their Response. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Issued. If A Solicitation Is Released, It Will Be Synopsized. It Is The Responsibility Of Potential Offerors To Monitor The Government Site For Additional Information Pertaining To This Requirement. the Purpose Of This Rfi Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, Specifically The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Women-owned Small Business (wosb), And Economically Disadvantaged Women-owned Small Business (edwosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Sdvosb, Wosb, & Edwosb Businesses Are Highly Encouraged To Participate. background the U.s. Army Inscom Executes Mission Command Of Operational Intelligence And Security Forces; Conducts And Synchronizes Worldwide Multi-discipline And All-source Intelligence And Security Operations; Delivers Linguist Support And Intelligence-related Advanced Skills Training, Acquisition Support, Logistics, Communications, And Other Specialized Capabilities In Support Of Army, Joint, And Coalition Commands And The U.s. Intelligence Community. Inscom Programs Are Organized To Provide Mission-specific Support Worldwide. Inscom Supports These Missions Using Various Stand- Alone Contracts, General Services Administration (gsa) Schedules, Government-wide Acquisition Contracts (gwacs), And Other Component Agreement Vehicles. scope the Purpose Of This Effort Is To Provide Non-personal Professional Administrative Support Services For Continued Operations To Include A Program Manager, Human Resource Specialists, Administrative Assistants, And Executive Administrative Assistants In Support Of Inscom Programs, Projects, And Initiatives In The Inscom Portfolio. the Estimated Period Of Performance Of This Acquisition Consists Of One 12-month Base Period With Four 12-month Option Periods. Estimated Award Date Is October 2025. The Contract Type Is Anticipated To Be Firm Fixed Price Level-of-effort (ffp-loe). required Capabilities the Contractor Shall Provide All Personnel And Services, Supervision, And Other Items And Non- Personal Services Necessary To Perform Professional Administrative Support Services As Defined In The Pws Such As Program Manager, Executive Assistant, And Human Resources Specialist. Acc-dta Has Provided A Draft Pws Which Can Provide Insight As To The Job Description Of Each Role. the Work To Be Performed Under This Contract Will Be Performed At Various Continental United States (conus) And Outside Of The Continental United States (oconus) Locations. Conus Locations Include, But Are Not Limited To: Virginia, Maryland, Georgia, And Texas. Oconus Locations Include, But Are Not Limited To: Hawaii, Italy, Germany, And The Republic Of Korea (rok). special Requirements personnel And Facility Security Clearances: Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement. The Contractor Shall Possess And Maintain A Top Secret (ts) Facility Clearance At Contract Award And For The Life Of The Contract. Contractor Personnel Performing Work Must Be United States Citizens, Have An Active Department Of Defense (dod) Top Secret/sci Security Clearance Based On A Single Scope Background Investigation At Time Of Award And Must Maintain The Individual Security Clearance For The Life Of The Contract. eligibility the Applicable Naics Code For This Requirement Is 561110 – Office Administrative Services. The Size Standard Is $12.5 Million. The Product Service Code (psc) Is R699 Support-administrative: Other. requested Information as Part Of The Sources Sought Response, Vendors Should Describe Their Capabilities And Experience As It Pertains To The Required Services And Required Vendor Capabilities Listed Above. Contractors Shall Demonstrate Their Experience Providing Services To Government Or Private Sector Customers Comparable To This Requirement In Terms Of Scope, Size, And Complexity. interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Font Of Not Less Than 10-point Size. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. The Deadline For A Response To This Request Is No Later Than 2pm, Est, 24 December 2024. At A Minimum, Responses Should Include The Following Information: business Name, Mailing Address, Phone Number, Commercial And Government Entity (cage) Code, Unique Entity Id (uei) Number, Company Website, And E-mail Of Designated Point(s) Of Contact. business Type: Based Upon Applicable North American Industry Classification System (naics) Code 561110 – Office Administrative Services Is Preferred.to Be Considered For A Small Business Set-aside, At Least 50 % Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Responder. does Your Company Have A Minimum Of A Defense Security Service (dss) Top Secret Facility Clearance At The Present Time? does Your Company Have A Current Defense Contract Auditing Agency (dcaa) Approved Accounting System Necessary For Performing Cost Type Contracts? If Not, Describe How You Will Satisfy This Requirement. names Of Current Or Recent Customers And A Brief Description Of The Work Performed For Each Customer. Responses Should Include Past Performance References Of Similar Size, Complexity, And Scope. Information Should Be Pertinent And Specific. Please List A Point Of Contact Name, Telephone Number And Email For Each Reference. federal Government Contract Vehicles (include Vehicle Number), If Any, Under Which Office Administrative Services May Be Acquired. Based Only On Those Contracts Your Company Holds, Which Sin(s), Pool(s), Or Constellation(s) Would You Recommend Are Applicable To This Requirement? additional Information And Submission Details if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement(s)? describe Your Personnel Policies And Benefits In Terms Of How It Has Enabled You To Recruit, Hire And Retain Qualified Personnel. how Long Would It Take For Your Company On Average To Identify And Resource Allocate Personnel For This Requirement? has Your Company Managed A Task/effort Of This Scope? If So, Provide Details. do You Provide This Service Commercially? what Specific Technical Skills/expertise Does Your Company Possess Which Demonstrate Your Capability To Perform The Tasks? if Your Company A Small Business Concern And Is Awarded The Contract, Will You Able To Perform At Least 50% (percent) Of The Work? in Your Estimation, How Much Of This Potential Requirement Would Your Company Need To Subcontract To Other Companies? what Expertise Does Your Company Possess To Ensure Contract Transition Within Thirty (30) Days Of Award? Has Your Company Conducted Contract Transitions Within Thirty (30) Days Of Contract Award To Include No Interruption Of Operations During The Transition? If So, Please Provide Contract Number(s), Point Of Contact(s) (pocs), E-mail Address, Phone Number, And A Brief Description Of Your Transition Effort. does Your Company Have Experience Managing/maintaining A Subcontract? If So, Provide Details. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: provide Services Consistent, In Scope And Scale, With Those Described In This Notice And Otherwise Anticipated; secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources To Successfully Perform Similar Requirements; implement A Successful Project Management Plan Which Includes Compliance With Program Schedules;cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel;and Risk Mitigation; And provide Services Under A Performance-based Service Acquisition Contract. your Response To This Rfi, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist In Either Microsoft Word Or Portable Document Format (pdf), Via Email At Krystopher.j.red.civ@army.mil. All Data Received In Response To This Rfi That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected And Not Released By The Government To Outside Sources. The Email Subject Line Must Read: “rfi Response – Inscom Professional Administrative Support Services”. all Questions Must Be Submitted To The Contract Specialist Identified Above By No Later Than 4pm Est On 16 December 2024. Telephone Inquiries Will Not Be Accepted, And Phone Messages Will Neither Be Acknowledged Nor Returned. Likewise, No Feedback Or Evaluations Will Be Provided To Companies Responding To This Announcement. The Government Is Not Committed Or Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought Announcement.
Province Of Lanao Del Sur Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 140.3 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Province Of Lanao Del Sur Invitation To Bid 1. The Provincial Government Of Lanao Del Sur, Intends To Apply The Sum Of One Hundred Forty Million Three Hundred Seventy-five Thousand Eight Hundred Eighty-four Pesos & 64/100 (140,375,884.64) Being The Abc To Payments Under The Contract For The Following Project/s: Lot 1. Project Reference No. 25m0001k, Supply & Delivery Of Const. Materials For The Cluster Tb25-ri, Rehabilitation/ Improvement Of Road @ 4 Road Sections Of Tubaran, Lds, With Php 20,103,876.00 As Its Abc. Location: @ 4 Road Sections Of Tubaran, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 2. Project Reference No. 25m0002k, Supply & Delivery Of Const. Materials For The Bn25-ri, Rehabilitation/ Improvement Of Road @ Badak- Paigoay Road, Binidayan, Lds, With Php 5,853,810.00 As Its Abc. Location: @ Badak- Paigoay Road, Binidayan, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 3. Project Reference No. 25m0003k, Supply & Delivery Of Const. Materials For The Cluster Mg25-ri, Rehabilitation/ Improvement Of Road @ 4 Road Sections Of Maguing, Lds, With Php 19,440,928.00 As Its Abc. Location: @ 4 Road Sections Of Maguing, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 4. Project Reference No. 25m0004k, Supply & Delivery Of Const. Materials For The Md25-ri, Rehabilitation/ Improvement Of Road @ Madalum- Munai Road (phase Ii), Lds, With Php 7,805,080.00 As Its Abc. Location: @ Madalum- Munai Road (phase Ii), Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 5. Project Reference No. 25m0005k, Supply & Delivery Of Const. Materials For The Cluster Bt25-ri, Rehabilitation/ Improvement Of Road @ 4 Road Sections Of Butig, Lds, With Php 11,742,339.00 As Its Abc. Location: @ 4 Road Sections Of Butig, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 6. Project Reference No. 25m0006k, Supply & Delivery Of Const. Materials For The Cluster By25-ri, Rehabilitation/ Improvement Of Road @ 5 Road Sections Of Bayang, Lds, With Php 21,945,606.00 As Its Abc. Location: @ 5 Road Sections Of Bayang, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 7. Project Reference No. 25m0007k, Supply & Delivery Of Const. Materials For The Cluster Kp25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ 3 Road Sections Of Kapai, Lds, With Php 10,034,350.00 As Its Abc. Location: @ 3 Road Sections Of Kapai, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 8. Project Reference No. 25m0008k, Supply & Delivery Of Const. Materials For The Cluster Ly25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ 2 Road Sections Of Lumbayanague, Lds, With Php 5,278,512.00 As Its Abc. Location: @ 2 Road Sections Of Lumbayanague, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 9. Project Reference No. 25m0009k, Supply & Delivery Of Const. Materials For The Mb25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ Cabasaran- Ganassi Road, Madamba, Lds, With Php 2,232,444.00 As Its Abc. Location: @ Cabasaran- Ganassi Road, Madamba, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 10. Project Reference No. 25m0010k, Supply & Delivery Of Const. Materials For The Cluster Pg25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ 3 Road Sections Of Piagapo, Lds, With Php 11,567,440.00 As Its Abc. Location: @ 3 Road Sections Of Piagapo, Lds Cost Of Bidding Documents: Php 25,000.00 Source Of Fund: Local Fund Lot 11. Project Reference No. 25m0011k, Supply & Delivery Of Const. Materials For The Cluster Bn25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ 2 Road Sections Of Binidayan, Lds, With Php 9,774,394.00 As Its Abc. Location: @ 2 Road Sections Of Binidayan, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 12. Project Reference No. 25m0012k, Supply & Delivery Of Const. Materials For The Sg25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ Patpangkat Road, Saguiaran, Lds, With Php 3,132,400.00 As Its Abc. Location: @ Patpangkat Road, Saguiaran, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 13. Project Reference No. 25m0013k, Supply & Delivery Of Const. Materials For The Bu25-rm, Repair & Maintenance Activity (regravelling/resurfacing Of Unpaved Road Surfaces) @ Bubong- Kapai Road, Lds, With Php 6,327,130.00 As Its Abc. Location: @ Bubong- Kapai Road, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 14. Project Reference No. 25m0014k, Supply & Delivery Of Const. Materials For The Cluster Sg25-1, Construction Of 3 Units 1- Cl School Buildings @ Saguiaran, Lds, With Php 3,023,646.07 As Its Abc. Location: @ Saguiaran, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 15. Project Reference No. 25m0015k, Supply & Delivery Of Const. Materials For The Sg25-2, Concreting Of Road @ Patpangkat, Saguiaran, Lds, With Php 1,149,573.00 As Its Abc. Location: @ Patpangkat, Saguiaran, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 16. Project Reference No. 25m0016k, Supply & Delivery Of Const. Materials For The Sg25-3, Improvement Of Multi- Purpose Building @ Pawak, Saguiaran, Lds, With Php 964,356.57 As Its Abc. Location: @ Pawak, Saguiaran, Lds Cost Of Bidding Documents: Php 1,000.00 Source Of Fund: Local Fund 2. The Provincial Government Of Lanao Del Sur Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project/s. Delivery Of The Goods Shall Be Based On The Date To Be Provided By The End-user. 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 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm From Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From The Given Address And Website(s) Below. 6. The Provincial Government Of Lanao Del Sur Will Hold A Pre-bid Conference On January 02, 2025 At Bac Office, Admin. Bldg., New Capitol Complex, Marawi 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 Before January 14, 2025 At 12:00pm. 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 January 14, 2025 At 2:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: A. Issuance/ Payment Of Bid Documents: December 20, 2024 - January 13, 2025 (8:00 Am To 5:00 Pm) - January 14, 2025 (8:00 Am To 12:00 Pm) B. Pre-bid Conference: January 02, 2025 (9:00 Am) C. Deadline Of Receipts Of Bids: January 14, 2025 (12:00 Pm) D. Opening Of Bids : January 14, 2025 (2 :00 Pm) 11. The Provincial Government Of Lanao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Aliyah C. Datumanong Head, Bac Secretariat Bac Office, 2nd Floor Admin. Bldg. New Capitol Complex, Buadi Sacayo, Marawi City Mobile Phone Number: 09541827534 (sgd) Engr. Dimasira D. Macabando, Jr., Ph.d. Bac Chairperson
9971-9980 of 10000 archived Tenders