Wood Tenders
Wood Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Lower Villa Jacinta, Macrohon, Southern Leyte Contract Id No. : 2. 25il0041 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose Building – Including Clearing And Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Finishing Works Including Cement Plaster, Painting Works Of Steel, Concrete Surfaces (ground Floor Walls And All Ceilings) And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Fixtures, Ceiling Works, Tile Works. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 190 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Salvador, Macrohon, Southern Leyte Contract Id No. : 8. 25il0047 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose – 2 Storey Building Including Earthworks, Structural Works, Masonry Works, Ceiling Works, Tile Works, Roof Framing And Roofing Works Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Android Tvs, Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Bureau Of Plant Industry Tender
Others
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 275 K (USD 4.7 K)
Details: Description Rfq No. Np 25-01-22 Pr No. 25-01-22 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Nupap-other Farm Supplies Distributed Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Item. 10. Deadline For Submission Of Bids: January 17,2025 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fifteen (15) Working Days Upon Receipt Of P.o 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry 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. " Approved Budget For The Contract: Php 275,000.00 End User: Lea O. Abando Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 100 Set Garden Starter Kit 3 In 1 (handdheld Shovel, Spade, Rake) With Carry On Bag 70,000.00 300 Pc. Seedling Trays, 200 Holes 39,000.00 20 Pc. Seedling Trays, 50 Holes 1,000.00 500 Pcs. Plastic Pots; Round 10" Diameter 50,000.00 100 Pcs. Crates (0.52m X 0.36m X 0.165m; Cap.: 15 Kg) 60,000.00 10 Pcs. Plastic Drum; 200li Capacity 25,000.00 50 Pcs. Shovel; Wood Handle 30,000.00 X-x-x-x-x Grand Total 275,000.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qh0000024 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 (effective January 3, 2025). the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250. This Solicitation Is 100% Set-aside For Small Business. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Items: item Name: Duct Assy, Bleed Air part Number: 1512127-101 national Stock Number: 1660-01-515-7118 quantity: 7 manufacturer Cage Code: 98769 only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Senior Operations, Llc (98769). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Or Distributor To Its Current Location. the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. contractors Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. All Parts Shall Be New Approved Parts. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qh0000024” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 - “schedule – 70z03825qh0000024” closing Date And Time For Receipt Of Offers Is 1/22/2025 At 12:00 Pm Eastern Time. Anticipated Award Date Is On Or About 1/29/2025. E-mail Quotations May Be Sent To Amanda.r.wood2@uscg.mil Or D05-smb-lrs-procurement@uscg.mil. Please Indicate 70z03825qh0000024 In Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d) (2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: **due To The Volume Of Interest In This Solicitation, There Are No Remaining Site Visit Availabilities As All Have Been Scheduled.** **added Responses To Questions 2 In Attachments** **added Responses To Questions In Attachments** **amendment 1 To Extend The Site Visit Deadline To 2/3/25 At 12:00pm Est And Extend The Deadline For Offers To 2/5/25 At 12:00pm Est Due To Recent Weather Events That Forced Cancellation Of Scheduled Site Visits. ** this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qs0000001 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01, Effective November 12, 2024. the Applicable North American Industry Classification Standard Code Is 238210. The Small Business Size Standard Is $19.0 Million. This Is A Total Small Business Set-aside Requirement. All Responsible Small Business Sources May Submit A Quotation. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded To A Small Business On A Competitive Basis As A Result Of This Synopsis/solicitation. A Physical Site Visit Will Be Required And Must Be Scheduled Through The Primary Point Of Contact Shown On This Notice. Site Visits Will Not Be Scheduled After February 3, 2025, At 12:00pm. Contractors Must Provide The Requirements Of The Attached Statement Of Work To Be Considered. Contractors Having The Expertise And Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. the Following Documents Are Attached: statement Of Work – 70z03825qs0000001 terms And Conditions – 70z03825qs0000001 instructions To Offerors – 70z03825qs0000001 wage Determination (nc) 2015-4405 Rev 27 closing Date And Time For Receipt Of Offers Is 5 February 2025 At 12:00 Pm Est. Quotes And Questions Shall Be Submitted By Email To Jeremy.a.wood@uscg.mil. Please Indicate Solicitation 70z03825qs0000001 In The Subject Line. Phone Calls Will Not Be Accepted. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d) (2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed. the Ombudsman Hotline Telephone Number Is 202.372.3695.
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 94.5 K (USD 1.6 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 6- Support Service Area: Assessment) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 94,500.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 5- Support Service Area: Hydrotherapy) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Assessment Tool, Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio-emotional (5 Copies Per Set) Like: Ravens Progressive Matrices Tests, Goodenough-draw A Person Test, Wechsler Intelligence Scales For Children (wisc-v) 2 Unit Cabinet, 2 Layer Storage Cabinet For Assessment Tools, Results Of Tests, And Other Assessment Materials • Warranty Type: Local Manufacturer Warranty • Drawer Paper Size: Letter • Storage Feature Wine Bottle Storage,silverware Storage,wine Glass Storage,mobile,stainless Steel,water Resistant,stackable,foldable,includes Lid,open Storage,cabinets,display Case,locking,fireproof,suction,multi-compartment,adjustable Shelves,drawers • Number Of Drawers: 2 • Material: Sheet Metal • Net. Width: 900 • Model: 1 • Orientation: Landscape 1 Piece 6-seater Table And Chairs, Kidney Shaped Table Suitable For Seating Up To Six Children And An Adult. Ideal For Using As A Teacher’s Table Or For Group Work. Height Adjustable Between 38-60cm And Available In Two Colours. Co-ordinates With Other Tables, Chairs And Storage Units In The Copenhagen Range. Features • Colour: Blue • Material: Metal & Wood • Length:180 Cm • Width:120 Cm • Assembly Type: Self-assembly • Age Range: Suitable For 3 To 11 Years 1 Piece Carpet, 4'x6' Soft Carpet For Lwds While Taking Physical, Psychomotor Assessment Soft Solids Classroom Carpets Carry A Lifetime Abrasive Wear Warranty. Features An Anti-static Treatment And Made With N6 Recyclable Yarn Type. Meets Or Exceeds Class I Fire Rating As Specified In Nfpa Life Safety Code 101. 1 Piece Abc = 94,500.00
Pedro Pitogo Elementary School Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 46 K (USD 788)
Details: Description Department Of Education Region Vi-western Visayas Division Of Cadiz City Invitation To Bid Forrepair Of Ceiling (office,grade 2,and Grade 3 Rooms) For 2025 1. The Pedro Pitogo Elementary School Of Cadiz City, Through The Schools Mooe Fund Cy 2025 Intends To Apply The Sum Of Forty-six Thousand Fifty Five Pesos Only (php. 46,055.75 ) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair Of Ceiling (office,grade 2,and Grade 3 Rooms). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Number Description Number Of Participants Unit Price Total Amount 1 Marine Plywood 1/4 (4x8) 66 400 26,400.00 2 Blind Revits 3/4 X 1/8 6 365 2,190.00 3 Drill Bit 1/8 20 85 1,700.00 4 Common Nails No. 1 1 85 85.00 5 Common Nails No. 2 2 85 170.00 6 Wood 2x2x210 20 160 3,200.00 7 Labor 11,810.75 11,810.75 8 Delivery 500.00 500.00 Total 46,055.75 1 The Pedro Pitogo Elementary School Of Cadiz City Now Invites Bids For Repair Of Ceiling (office,grade 2,and Grade 3 Rooms) .3 Delivery Of The Goods Is Required On The Day Of The Events. Bidders Should Have Completed, Within 3 Days 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. 2 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”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: 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. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 3 Interested Bidders May Obtain Further Information From Pedro Pitogo Elementary School And Inspect The Bidding Documents At The Address Given Below During 8am To 5pm. 4 A Complete Set Of Bidding Documents (quotation Documents) May Be Acquired By Interested Bidders On January 13, 2025 From Pedro Pitogo Elementary School. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.}. 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. 5 The Pedro Pitogo Elementary School Of Cadiz City Will Hold A Pre-bid Conference4 On January 10, 2025 At 9:30 Am At Pedro Pitogo Elementary School Principal’s Office Room, Which Shall Be Open To Prospective Bidders. 6 Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 13, 2025 At 9:30 In The Morning. 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 January 13, 2025 At 9:00 In The Morning At Pedro Pitogo Elementary School. 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. 7 [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity] 8 The Pedro Pitogo Elementary School Of Cadiz City 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: Ms. Kimberly E. Templado Bac Secretariat Pedro Pitogo Elementary School Brgy. Tiglawigan, Cadiz City Cell No. 09121452840 Mrs. Milly Rose D. Sitchon Bac Chairman Pedro Pitogo Elementary School
DEPT OF THE NAVY USA Tender
Metals and Non-Metals
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Military Sealift Command Combined Synopsis And Solicitation Notice Information 1. This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number Is N3220525q2188 And Is Being Issued As A Request For Quotes (rfq). This Solicitation Does Not Have A Defense Priorities And Allocation System (dpas) Rating. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through: a. Federal Acquisition Circular (fac) 2025-03, Effective 01/17/2025, Located At Https://www.acquisition.gov/browse/index/far b. Dfars Publication Notice 20250117, Effective 01/17/2025, Located At Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 4. The Associated North American Industry Classification System (naics) Code Is 332439 – Other Metal Container Manufacturing And The Associated Product Service Code (psc)/federal Supply Code (fsc) Is 3499 – Fabricated Metal Products, Not Elsewhere Classified For This Procurement: Note: A Class Waiver Is Not Applicable To A Procurement Unless The Naics Code, Psc/fsc, And Naics Code Descriptor Currently In Effect, Match The Item(s) Being Procured. 0 Is Not Being Set-aside For Small Businesses. 1 Is Being Set-aside For Small Business. The Small Business Size Standard Is _600__. 5. The Table Below Lists The Contract Line Item Number(s) (clin(s)) And Items, Quantities, And Units Of Measure, Inclusive Of Any Applicable Options: clin Description Quantity Unit Of Measure
0001 20 X 86" Refrigerated Iso Cargo Container Sea Box Part # Sb8140.6 Per Gsa Contract Gs-02f-0024p (pn: 69nt40-541-302) 3 Ea
0002 Rollers (pn: Sb3481) 3 Ea Wood Packaging / Dod Unique Identification / Shipping Not Separately Priced 6. It Is Anticipated One Firm-fixed Price Purchase Order Will Be Issued In Response To This Rfq. No Commercial Financing. 7. The Required Delivery Is Fob Destination And Acceptance Date Is April 18, 2025. Delivery And Acceptance Will Occur At Naval Station Norfolk, Msc Warehouse W143 (see Address Below). 8. The Provision At Far 52.212-1, Instructions To Offerors – Commercial Applies To This Acquisition And Is Incorporated By Reference. The Provision Is Amended As Follows: 52.212-1 (addendum) Instructions To Offerors--commercial Products And Commercial Services A. Any Inconsistency Between Far Provision 52.212-1 And The Addendum To Far 52.212-1 Shall Be Solved By Giving Precedence To The Addendum To Far 52.212-1. B. After Receipt Of Quotes The Government May, With Or Without Notice, Negotiate With And, If Desired, Seek Quote Revisions From As Many Or As Few Quoters As It, In Its Discretion, Deems Appropriate. C. The Term “offeror” Or “offer” As Used In Far 52.212-1 Shall Be Understood To Mean “quoter” And “quote,” Respectively. Further, The Term “award” Shall Be Understood To Describe The Government’s Issuance Of An Order. D. The Government Will Consider All Quotes That Are Timely Received And May Consider Late Quotes In Accordance With 52.212-1. Failure Of A Quote To Address Any Items Listed In The Attached Submission Package May Make A Quote Unacceptable. E. Paragraph (b) Of Far Provision 52.212-1, Submission Of Offers, Is Amended As Follows: In Addition To The Quote Submission Requirements Stated In Far Provision 52.212-1, Quoters Shall Provide The Following, As Part Of The Quote Submission Package, No Later Than The Required Time And Date For Quote Submission: Responsible Sources Shall Provide The Following: 1. Price Quote Which Identifies The Requested Item(s), Unit Price Inclusive Of Shipping (if Any), And Extended Price
2. Total Firm Fixed Price
3. Any Discount Terms
4. Estimated Time Of Delivery
5. Technical Submission Requirements
a. For Parts/supply Buy, The Quote Shall Contain A Description Including Part Number And Title For Each Item Listed In The Solicitation To Allow The Government To Verify That The Quoted Parts Match The Requirements Listed In The Requirements Schedule.
b. For A Service Buy, The Quote Shall Contain All Pre-award Submission/certification Requirements As Defined In The Statement Of Work (sow).
6. Indicate Principal Place Of Performance And Country Of Product Origin.
7. Responses To The Solicitation Are Due No Later Than 1:00pm Est On January 24, 2025. Quotes May Be E-mailed To Samuel.n.queen2.civ@us.navy.mil. To Be Considered Timely, An E-mail Quote Must Be Received In Its Entirety In The Designated E-mail Inbox By The Due Date And Time For Quote Submission. Reference The Solicitation Number On Your Quote. E-mail Quotes Shall Be In Either Adobe Or Microsoft Office Format. No Other Method Of Submission Is Acceptable. Primary Point Of Contact: Samuel Queen, Samuel.n.queen2.civ@us.navy.mil
3581-3590 of 3787 archived Tenders