Wood Tenders
Wood Tenders
YOUTH COUNCIL OF BARANGAY BATONAN NORTE Tender
Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Details: Description A. Form Works And Accessories 1 40 2" X 2" 8" Coco Lumber Pcs 90.00 3,600.00 2 4 1/4" X 4" X8" Ord. Plywood Pcs 420.00 1,680.00 3 30 Bamboo Poles Pcs 120.00 3,600.00 4 5 Assorted Cwn Kgs 80.00 400.00 5 1 #16 Tie Wires Roll 2,000.00 2,000.00 B. Reinforced Concerete Works 6 12 Graded Gravel Cu.m 650.00 7,800.00 7 6 Fine Sand Cu.m 650.00 3,900.00 8 110 Portland Cement Bags 250.00 27,500.00 9 157 16mm Dia X 6m Rsb Pcs 360.00 56,520.00 10 65 12mm Dia X 6m Rsb Pcs 220.00 14,300.00 11 138 10mm Dia X 6m Rsb Pcs 180.00 24,840.00 12 5 "#16 Tie Wires (1.0mm X 3.0m X 1.00m Steel)" Kgs 100.00 500.00 13 9 Deck Pcs 2,000.00 18,000.00 C. Walls And Partitions 14 54 Portland Cement Bags 250.00 13,500.00 15 1100 4" X 8: X 16" Chb Pcs 15.00 16,500.00 16 5 Fine Sand Cu.m 650.00 3,250.00 17 68 10mm Dia X 6m Rsb Pcs 180.00 12,240.00 D. Steel And Transmitting Works 16 11 " 0.40mm Thk X 1.0m X 6.40m Pre-painted Long Span G.i Sheets " Pcs 1,130.00 12,430.00 17 12 "1.2mm X 50m X 100mm C. Purlins" Pcs 640.00 7,680.00 18 8 "6mm X 50mm X 150mm X 6m Tubular Pipe" Pcs 1,800.00 14,400.00 19 15 "12mm X 300mm X 2.40m Facia Board" Pcs 420.00 6,300.00 20 15 3/8" X 1"x1" X 6m L-bar Pcs 500.00 7,500.00 21 10 Welding Rod Kgs 150.00 1,500.00 22 3 Roof Sealant Lit 400.00 1,200.00 23 4 Tecks Screw Box 500.00 2,000.00 24 2 Blind Revits Box 400.00 800.00 25 1 Roof Sealant Lit 400.00 400.00 26 2 Metal Primer Gal 520.00 1,040.00 E. Doors And Glass Works 27 1 0.8 M X 2.1 M Wooden Panel Door W/ Jambs Unit 10,200.00 10,200.00 28 1 1.2m X 2.4m Analok Framed Sliding Window Set 7,800.00 7,800.00 29 2 0.60m X M0.60m Analokl Framed Awning Window Sets 1,200.00 2,400.00 30 2 0.7m X 2.1m Pvc Flush Door W/ Jambs Unit 2,700.00 5,400.00 31 3 Door Knob Set 600.00 1,800.00 32 2 1.2m X 2.4m Analok Framed Sliding Window Set 7,800.00 15,600.00 33 3 2"x3/12" Butterfly Hinges Pair 120.00 360.00 E. Electrical Works 34 8 4x4 Porcelain Receptacle Pcs 60.00 480.00 35 8 18w Led Capsule Bulb Pcs 175.00 1,400.00 36 5 2 Gang C.o W/ Plate Pcs 120.00 600.00 37 2 2 Gang Switch W/ Plate Pcs 80.00 160.00 38 3 2 Gang Switch W/ Plate Pcs 120.00 360.00 39 1 3.5mm2 Thhn Wire Box 4,500.00 4,500.00 40 1 2.0mm2 Thhn Wire Box 3,500.00 3,500.00 41 4 Junction Box Pcs 40.00 160.00 42 8 Utility Box Pcs 30.00 240.00 43 12 20mm Dia Electrical Conduit Pcs 110.00 1,320.00 44 5 Electrical Tape Roll 45.00 225.00 F. Plumbing Works 45 2 Water Closet W/ Sink Complete W/ Bathroom Accessories Set 12,000.00 24,000.00 46 8 13mm X 1.50m Pvc Pipe Length 90.00 720.00 47 2 Pvc Faucet Set 120.00 240.00 48 2 Stainless Floor Drain Pcs 120.00 240.00 49 2 Solvent Cement 200cc 120.00 240.00 50 4 50mm Dia Pvc Sanitary Pipe Pcs 270.00 1,080.00 51 4 50mm Dia Pvc Elbow Pcs 45.00 180.00 52 3 100mm Dia Pvc Sanitary Pipe Pcs 730.00 2,190.00 53 4 100mm Dia Pvc Elbow Pcs 90.00 360.00 54 2 Teflone Tape Roll 60.00 120.00 Amount: ₱351,255.00
Closing Date10 Jan 2025
Tender AmountPHP 351.2 K (USD 6 K)
Adela Serra Ty Memorial Medical Center Tender
Laboratory Equipment and Services
Philippines
Details: Description Invitation To Bid For The Procurement Of Laboratory Common Use Supplies With Ib No. 2025-02-04 (05) 1. The Adela Serra Ty Memorial Medical Center, Through The Astmmc Fund Intends To Apply The Sum Three Million Seven Hundred Eighty Eight Thousand One Hundred Pesos Only [php 3,788,100.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Above Procurement. The Delivery Of The Goods Is Required Within 15 Working Days. 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. 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 Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos Only [php 10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 9:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:00 Am; February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Item Number Description Quantity Unit Total Delivered, Weeks/months 1 Purple Top Evacuation Tube 2ml (100's/box) 500 Boxes 250,000.00 15 Working Days 2 Purple Top Tube Minicollect (100's/box) 200 Boxes 120,000.00 15 Working Days 3 Red Top Evacuation Tube 5ml (100's/box) 150 Box 75,000.00 15 Working Days 4 Red Top Tube Minicollect (100's/box) 50 Box 42,500.00 15 Working Days 5 Yellow Top Vacuum Tube With Gel And Clot Activator 5ml (100's/box) 500 Box 450,000.00 15 Working Days 6 Alcohol 70% Isopropyl 162 Gallon 129,600.00 15 Working Days 7 Alcohol Pads/swab 600 Box 180,000.00 15 Working Days 8 Autolancet 21g (200's/box) 150 Box 45,000.00 15 Working Days 9 Autolancet 30g (200's/box) 450 Box 112,500.00 15 Working Days 10 3cc Syringe With Needle (100's/box) 500 Box 250,000.00 15 Working Days 11 5cc Syringe With Needle (100's/box) 600 Box 180,000.00 15 Working Days 12 Paper Towel Interfolded (16packs/case) 110 Case 440,000.00 15 Working Days 13 Barcode Label Set 100 Set 90,000.00 15 Working Days 14 Glass Slides Clear Ends (72's/box) 200 Box 20,000.00 15 Working Days 15 Glass Slides Frosted Ends (72's/box) 200 Box 16,000.00 15 Working Days 16 Wooden Applicator Stick (1000's/box) 50 Box 20,000.00 15 Working Days 17 Cotton Rolls 400g 100 Roll 30,000.00 15 Working Days 18 Yellow Tips 1000's/pack 100 Pack 50,000.00 15 Working Days 19 Distilled Water (10 Liters) 830 Gallon 124,500.00 15 Working Days 20 Normal Saline Solution (1 Liter) 30 Bottle 15,000.00 15 Working Days 21 White Surgical Tape, Assorted Sizes (10 Rolls/cannister) 80 Cannister 256,000.00 15 Working Days 22 Rubber Torniquet 100 Piece 2,000.00 15 Working Days 23 Glucostrip (50's/box), 1 Free Glucometer For Every 10 Boxes 1,000 Box 800,000.00 15 Working Days 24 Zip Lock (big) 5,000 Piece 50,000.00 15 Working Days 25 Reusable Ice Packs/coolants 200 Piece 40,000.00 15 Working Days
Closing Date4 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.7 K)
FMT spol. s.r.o Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The subject of this order is the supply of an automated painting line that will be used for painting wooden and wood-aluminum hole fillings. Detailed Technical Specifications are given in Appendix No. 1 of this Challenge. The Inspection of the Fulfillment Place will take place at the Fulfillment Place (fmt, Spol. Sro, Cihelní 238, 747 74 Neplachovice) on 6 December 2024 and 11 December 2024, Meeting at the Entrance to the Main Administrative Building Always at 10:00 AM. Bids are submitted in written form (see Invitation). Contact Person For This Selection Procedure: Lenka Matýsková, Dis., Phone +420 553 662 366, E-mail: Info@fm-t.eu. This tender procedure is conducted according to the rules for the selection of suppliers in Op Tak, it is not a tender procedure according to Act No. 134/2016 Coll. About the Awarding of Public Contracts.
Closing Date6 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Naga City Tender
Publishing and Printing
Philippines
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: January 28, 2025 Quotation No. : G2025-01-040 Purchase Request No. : 25-01-018 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairman _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 59,980.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement Of Office Table For Hr Office Allotment Availability: Osec-5-24-4673 1. Wooden Office Table With Glass Top Pad And Drawers With Lock 4 Units 14,995.00 Measurement: 28” (length) X 40” (width) X 30” (height) (please See Attached Sample Photo With Measurements) Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________________________________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
Closing Date3 Feb 2025
Tender AmountPHP 59.9 K (USD 1 K)
Department Of Education Division Of Naga City Tender
Publishing and Printing
Philippines
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: December 27, 2024 Quotation No. : G2024-12-500 Purchase Request No. : 24-12-507 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairperson _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 102,000.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement Of Semi-expendable Furniture And Fixtures Allotment Availability: School Mooe (elem) Office Wooden Table (24”x48”x30”) With 3 Layered Drawers, Glasspad And Lock (painted With Dark Brown Varnish On All Sides & Natural Varnish On Top Of The Table) 6 Unit 17,000.00 Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________ _______________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
Closing Date1 Jan 2025
Tender AmountPHP 102 K (USD 1.7 K)
U S COAST GUARD USA Tender
Machinery and Tools
United States
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 2930-01-585-9285
parts Kit Engine
generator, Main Diesel Engine Raw Water Pump
repair Kit
mfg: Cummins
part Number: 5260394
quantity: 100 Kt
individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box.
each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology.
all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-02 (jan 2025) And 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. The Naics Code For This Solicitation Is 333618 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Cummins Inc. And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts.
the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract.
all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Jan 30, 2025 At 10:00 Am Eastern Standard Time> Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil
offerors Must Submit The Following Information On Their Quote:
disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal
__hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006)
(end Of Provision)
the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote.
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov.
cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date30 Jan 2025
Tender AmountRefer Documents
Bureau Of Fisheries And Aquatic Resources Region Xii Tender
Publishing and Printing
Philippines
Details: Description Common Office Supplies Book Paper, Extra Long, Substance 20 (8.5x14in) 10 Reams 3,150.00 Book Paper, Long, Substance 20 (8.5x13in) 10 Reams 2,840.00 Book Paper, Short Substance 20 10 Reams 2,630.00 Book Paper, A4, Substance 20 40 Reams 10,920.00 Sign Pen, Black, 0.5 (needle Tip) 24 Piece 1,272.00 Sign Pen, Blue, 0.5 (needle Tip) 36 Piece 1,908.00 Sign Pen, Red, 0.5 (needle Tip) 12 Pieces 636.00 Highlighter Pen; Pink And Neon Green 6 Pieces 252.00 Transparent Tape, 1inch(24mm), 50 Meters Length 3 Pieces 78.00 Transparent Tape 2 Inch(48mm), 50 Meters Length 3 Pieces 159.00 Masking Tape, 1 Inch(24mm), 50 Meters Length 3 Pieces 159.00 Masking Tape, 2 Inch(48mm), 50 Meters Length 6 Pieces 318.00 Scissors (medium Size; Multifunctional Scissors; 7inches) 7 Pieces 1,470.00 Correction Tape 10 Pads 320.00 Sticky Notes, 3"x3" 21 Pads 1,323.00 Sticky Notes, 3x0.75inches (4 Colors) 10 Pads 630.00 Desktop Calculator, 2-way Power, 12 Digits 2 Pieces 526.00 Big Calculator (207.5mmdx159mmwx34.3mmh) 2 Pieces 1,440.00 Stapler No. 35 With Staple Wire Remover 3 Boxes 1,161.00 Stapler No. 35 3 Boxes 189.00 Stapler Long Arm Full (wxhxl) 15.14in X 1.12in X 2.3in 1 Piece 500.00 Cutter, Heavy Duty With Extra Blades 5 Pieces 315.00 Tissue Paper In A Box (pull-up) 17 Rolls 595.00 Tissue Paper (12 Rolls/pack) (150 Pulls) 6 Packs 822.00 Whiteboard Marker 7 Boxes 294.00 Permanent Marker (black/broad) 10 Boxes 580.00 Sticker Paper (20 Sheets/pack) A4 Size 5 Packs 420.00 Glossy Photo Paper (20 Sheets/pack) A4 Size 10 Packs 1,100.00 Expanding Envelope, 10x15inches 80 Pieces 2,080.00 Pressboard Expanding Folder, 9.5x14.5 Inches 85 Pieces 2,210.00 Sign Here Sticky Note (arrow Index Note, 10 Color) 5 Pads 240.00 Black Nylon Cable Tie, (100 Per Pack) 4x200mm 2 Packs 100.00 Velcro Cable Tie, 5m 1 Rolls 115.00 Whiteboard, 4x6ft 1 Pieces 4,285.00 Whiteboard Eraser L, 5x135x30mm 2 Pieces 90.00 Short Plastic Fastener, 50sets/box 1 Box 100.00 Binder Clip 1" 5 Boxes 500.00 Stainless Ruler (12 Inches) 10 Pieces 530.00 39 Vellum, A4 (10pcs/pack) 20 Packs 700.00 40 Double Sided Tape 2" 10 Pieces 530.00 41 Long Folder (brown) 30 Pieces 210.00 42 Long Envelope (brown) 40 Pieces 200.00 43 Paper Clip (big) 5 Boxes 210.00 44 Paper Clip (medium) 5 Boxes 160.00 45 Paper Clip (small) 5 Boxes 80.00 46 Alcohol, Ethyl 70% (1 L) 20 Bottles 2,100.00 47 Alcohol Ethyl 70% 4 Gallon 2,856.00 48 Extension Wire, 10meters, 4 Outlet 3 Pieces 900.00 49 Pencil No.2 20 Pieces 220.00 50 Glue (130g, All-purpose) 15 Pieces 750.00 51 Ballpen (black) 230 Pieces 4,830.00 52 Ballpen (red) 30 Pieces 630.00 53 Ballpen (blue) 30 Pieces 630.00 54 Insect Repellant (500ml) 2 Pieces 1,360.00 55 Disinfectant (500ml) 3 Pieces 1,050.00 56 White Board With Stand 60*90cm Double Sided 1 Piece 2,550.00 57 Notebook (80 Leaves) 10 Pieces 350.00 58 Manila Paper 5 Pieces 75.00 59 Colored Pen 1 Box 100.00 60 Certified True Copy Rubber Stamp 9mmx36mm 1 Piece 250.00 61 Battery Aa (4pcs/pack) 5 Packs 735.00 62 Plastic Envelope (long) 20 Piece 320.00 63 Storage Kraft Box 12'wx10'hx15'l 100 Pieces 15,800.00 64 Packaging Tape, 48mm, 50 Meters Length (brown) 5 Rolls 370.00 65 "packaging Tape, 48mm, 50 Meters Length (transparent) " 10 Rolls 840.00 66 Paper Trimmer Wooden 18x15in 1 Piece 2,800.00 Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx Grand Total 87,863.00 General Conditions: 1. All Entries Must Be Typewritten And Legible; 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.
Closing Date4 Feb 2025
Tender AmountPHP 87.8 K (USD 1.5 K)
Don Emilio Del Valle Memorial Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Item Quantity Unit Articles Estimated Price Unit Price 1 40 Pairs Adhesive Pads. Adhesive Pad A. Size : 2x2 Inch B. For Tens/es C. 40 Pieces Or 20 Pairs 445.00 2 1 Pieces Agility Ladder. A.at Least 5m / 10 Rung B.any Color 705.00 3 1 Set Ankle Weights. A.1 Set Ankle Weight ( Contains: 1 Pound, 2lbs, 3lbs,4lbs And 5 Lbs) B. With Velcro Strap On C. In Pairs Per Ankle Weight D. Any Color 5,880.00 4 1 Pieces Bathroom Weighing Scale. A. Weighing Scale Body Recommended For Adult At Least Up To 120 130kg B. Analog Type C. With Anti Skid Rubber Surface D. Color: Any E. The Scale Has Zero Adjuster Screw 882.00 5 3 Set Bp App Manual (adult) A. Manual Sphygmomanometer B. Has Its Own Carry Bag C. Cuff Size For Adult ( At Least 25.4 To 40.6 Cm) D. Consist Of Inflatable Cuff, Measuring Unit (aneroid Gauge), Bulb And Valve And Pump Operated Manually E. Includes Stethoscope 850.00 6 8 Pairs Carbon Rubber Pad A. Carbon Rubber Pads For Tens/es ( Reusable) In Pair B. Silicone Type C. Size: At Least 4cm X 8xm ( Rectangular Type) 375.00 7 6 Pieces Cold Packs A. Wearable Gel Pack Type ( Reusable Hot And Cold Compress) B. Size : Large C. With Strap Inclusion 895.00 8 1 Roll Cotton A. Roll B.biggest Size Or At Least 500gm 1,500.00 9 1 Pieces Digital Forehead Thermometer. A. Digital Infrared Forehead Thermometer Electronic Contactless B. Non-contact Body Temperature Meter Fever For Adult Or Child D. Celsius Or Fahrenheit Reading Package Contains: A)1 Unit Infrared Thermometer B) Manual Booklet 1,350.00 10 20 Box Disposable Face Mask.a. Disposable B. 1 Box = 50's C. For Adult 100.00 11 10 Box Disposable Gloves. A. Disposable Gloves B. Nitrile Gloves Powder Free C. Size: Medium 250.00 12 4 Pieces Elastic Bandage. A.sixe: 2 Inch B. Elastic Homey Comb Velcro Type 50.00 13 1 Bottle Face Loose Powder. A. Classic Baby Powder ( Unscented) B. Size: 500gm 350.00 14 2 Pieces Foot Stool. A. Non-slip Corrugated Rubber Step Treads B. Non-tip Offset Stool Legs Standard Size With Non Slip Rubber Tips C. Single Foot Step D.dimensions: 14.25" L X 9" H X 11.25" W E. Stainless Steel F. Weight Capacity: At Least 350 Lbs 1,800.00 15 2 Pieces Gait Belt. A. Material: Nylon B. Size: 71 In C. Metal Buckle Type 740.00 16 1 Pieces Hand Therapy Squeeze Ball. A.size:at Least 7cm/ 2.76in B. Color: Blue C. Material: Elastic Pu + Adhesive Tape D. Type : Finger Grip Ball 200.00 17 40 Pack Interfolded Paper Towel Tissue. A. 1 Pack =175 Pulls 82.00 18 3 Galloon Isopropyl Alcohol 70%. A. 70 % Isopropyl Alcohol B. Size: 1 Gallon 700.00 19 3 Bottle Isopropyl Alcohol 70%. (500ml) A. 70% Isopropyl Alcohol B. Size: 500 Ml ( Bottle) 130.00 20 2 Bottle Lotion. A. Hypoallergenic Body Lotion B. If Possible Mild Scent Or Unscented C. Size: At Least 400ml -500ml Bottle 300.00 21 3 Pieces Neurological Hammer. Buck Hammer Features Dual Rubber Heads For Reflex Testing And Includes A Removable Needle And Brush. 295.00 22 4 Pieces Paraffin Wax. A. Paraffin Wax For Hand And Foot Treatment ( Therapeutic ) B. Size: At Least 400 500gm C. Color: White Or Red 600.00 23 1 Pieces Pulse Oximeter A.led Display:dual Color Led Display. B. Multi-direction Display:rotatable Multidirectional Display. 4 Directions, 6 Modes, Allow You To View Your Results In Any Direction. C. Fingertip Pulse Oximeter 588.00 24 2 Pieces Rechargeable 9v Battery. A. Rechargeable Battery B. 9v Ni-mh Battery C. 2.250mah D. Dimension - 13.5*10*2.5cm 1,255.00 25 2 Set Rechargeable Aa Battery. A. 2 Pieces Of Aa Batteries B. Rechargeable Nimh C. Charges Up To 1,000 Times D. 1.2 V, 1300mah 2,215.00 26 1 Unit Rechargeable Battery Charger A. Compatible Rechargeable Batteries Are Aaa, Aa, And 9v .b. Automatic Charger C. Can Charge 4 ( Aa Or Aaa) Batteries At Once 1,235.00 27 1 Unit Refrigerator A. Single Door B. Inverter C. Upright Freezer D. 8 Cu Ft. E. Net Weight: 44 Kg F. Dimension: 545 X 695 X 1,459 Mm 30,000.00 28 2 Pieces Stethoscope. A. Littmann Classic Iii Stethoscope ( Adult And Pedia) B.colors: Navy Blue Tube And Raspberry Tube 9,400.00 29 2 Pieces Tape Measure ( Linen) A.linen Tape Measure In Cm And Inches B.at Least 60 Inches Long 25.00 30 1 Box Tongue Depressor. A. Sterile Wooden Tongue Depressor B. Individually Packed C. At Least 3/4 X 6 Inches In Dimension 215.00 31 1 Box Transpore. A. 12 Rolls/box B. Size: 1 Inch 800.00 32 2 Galloon Ultrasound Gel (1 Gallon) A. Ultrasound Gel- Water Soluble, Hypoallergenic, Odourless Water-based Viscous Gel. B. 5l 1,345.00 33 3 Bottle Ultrasound Gel (250ml) A. Ultrasound Gel- Water Soluble, Hypoallergenic, Odourless Water-based Viscous Gel. B. Bottle: 250ml 145.00 34 1 Roll Uniband Exercise Band ( Black) A. Height: 5.8" B. 1 Roll : At Least 10 Meters 8,000.00 35 1 Roll Uniband Exercise Band ( Blue) A. Height: 5.8" B. 1 Roll : At Least 10 Meters 8,000.00 36 1 Roll Uniband Exercise Band ( Green) A. Height: 5.8" B. 1 Roll : At Least 10 Meters 8,000.00 37 1 Roll Uniband Exercise Band ( Red) A. Height: 5.8" B. 1 Roll : At Least 10 Meters 8,000.00 38 3 Pieces Uniband Exercise Band ( Yellow) A.length: 2 Meters Per Piece; Height: 5.8" B. Color: Yellow 500.00
Closing Date20 Jan 2025
Tender AmountPHP 154.2 K (USD 2.6 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/q|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
contract Definitization (may 2023)|5|firm-fixed Price Purchase Order|firm-fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Reciept Of Purchase Order Definitization: Not To Exceed 180 Days After Award Of Purchase Order |firm-fixed Price|tbd|
limitation Of Government Liability (apr 1984)|2|tbd|tbd|
transportation Of Supplies By Sea (oct 2024)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
annual Representations And Certifications (may 2024)|13|334513|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
with Your Quote For Teardown And Evaluation, Please Provide The Following Additional Information: Repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days) Throughput Constraint Defined As Total Assets To Be Repaired
monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint.
if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Thomas Falcone, Ph 717-605-4263, Fax 717-605-1569, Email: Thomas.m.falcone.civ@navy.mil.
note: This Request Is For Quotation (rfq) Is Being Issued Only To Open, Inspect And Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of Your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repaired Will Be Shipped To Your Company
for Opening, Inspection And Evaluation.
unless Other Specified, Your Quotation Is Valid For 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders) And Modifications Related To The Instant Procurementare Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Gage,differential,d .
2. Applicable Documents
2.1 Applicable Documents;
applicable Documents Are Cited In Sections "c" Through Sections "k" Of The Contract/purchase Order.
3. Requirements
1. For Necessary Services (labor And Material) To Inspect, Evaluate, Repair
and Restore To First Class Operating Condition This Government Owned
equipment In Accordance With Mfg/dwg ;itt Barton / D4r-022933
^see Below: ; . Drawing Revision Level Shall Be
the Same As That To Which The Item Was Originally Manufactured Up To Revision
level ;"05"; .
2. Special Instructions ;part Number: 289a-d4r-22933
additional Drawing: Ap07-300-p021 Rev.c; .
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s)
Which Are Part Of The Total Requirement Of The Contract/purchase
Order.
block C: Is The Category Of Data Required, Tdp Is Defined
In Mil-t-31000. Tm Is Defined In Part 1x, Section B
Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's
Included In Our Solicitations Meet The Requirement Of Tdp As
Navsup-wss Does Not Regularly Purchase Only Technical Manuals
Without Purchasing Hardware And Related Tdp Software. Therefore,
Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item
Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number,
Invitation For Bid Number Or Another Number For Tracking And
Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The
Individual Who Prepared The Dd Form 1423 And Included The
Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content
And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If
The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual
Technical Manual Contract Requirements Number. In The Event
The Dd Form 1423 Is Requiring A Technical Manual The Numbered
Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement
Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval,
Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And
Acceptance Of The Deliverable Item. The Definition Of The
Codes Is As Follows:
Dd Form 250 Code Inspection Acceptance
Ss (1) (2)
Dd (3) (4)
Sd (1) (4)
Ds (3) (5)
Lt (6) (7)
No (8) (8)
Xx (9) (9)
(1) Inspection At Source.
(2) Acceptance At Source.
(3) No Inspection Performed At Source. Final Inspection
Performance At Destination.
(4) Acceptance At Destination.
(5) Acceptance At Source. Acceptance Based On Written
Approval From The Contract Officer.
(6) Letter Of Transmittal Only. Lt Should Not Be Used When
Inspection Is Required. The Data Is Sent By The
Contractor Directly To The Personnel Listed In Block 14
Of The Dd Form 1423. Lt Is Used When The Contracting
Agency Does Not Desire To Have A Dd Form 250 For Each
And Every Piece Of Data Developed By The Contractor.
The Only Other Authorized Use Of Lt Is The Special
Case Where The Contracting Agency Does Not Desire To
Have Separate Dd Forms 250 But Desires To Have A
Government Quality Assurance Representative Perform
Inspection. The Government Quality Assurance
Representative Shall Be Listed On The Distribution
In Block 14 And Requested To Provide Comments Via
The Quality Assurance Letter Of Inspection.
Use Of The Symbol Lt Is Not Authorized For Data Comprising
Final Delivery Of Technical Data Package Of For Technical
Manuals. (lt May, However, Be Used For Delivery Of
Preliminary Tdp's Or Tm's).
(7) As Specified In Block 8 Of The Dd Form 1423.
(8) No Inspection Or Acceptance Required. No Dd Form 250 Or
Letter Of Transmittal Required.
Use Of The Symbol No Is Not Authorized For Data Comprising
Technical Data Packages Or For Technical Manuals.
(9) Inspection And Acceptance Requirements Specified Elsewhere
In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring
Specific Advanced Written Approval Prior To Distribution Of
The Final Data Item Will Be Identified By Placing An "a"
In This Field. This Data Item Requires Submission Of A
Preliminary Draft Prior To Publication Of A Final Document.
When A Preliminary Draft Is Required, Block 16 Of The Dd
Form 1423 Will Show Length Of Time Required For Government
Approval/disapproval And Subsequent Turn-around Time For The
Contractor To Resubmit The Data After Government
Approval/disapproval Has Been Issued. Block 16 Will Also
Indicate The Extent Of The Approval Requirements, E.g.,
Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The
Government Can Circulate The Deliverable Item. The Definition
Of Codes A, B, C, D, E, Or F Is As Follows:
A. Distribution Of The Item Is Unrestricted.
B. Distribution Of The Item Is Limited To Agencies Only.
C. Distribution Of The Item Is Limited To Contractors With
A Cage Code And Have A Dd Form 2345 On File With The
Dla Logistics Information Services (dlis) Battle Creek,
Mich. Or Government Activities.
D. Distribution Of The Item Is Limited To Dod Activities
And Dod Contractors Only.
E. Distribution Of The Item Is Limited To Dod Components
Only.
F. Distribution Of The Item Is Restricted From Foreign
Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To
Be Delivered To The Government. The Abbreviations And
Their Meaning.
Annly Annually
Asgen As Generated
Asreq As Required
Bi-mo Every Two Months
Bi-we Every Two Weeks
Daily Daily
Dfdel Deferred Delivery
Mthly Monthly
One/r One Time With Revisions
Qrtly Quarterly
Semia Every Six Months
Wekly Weekly
Xtime Number Of Times To Be Submitted
(1time, 2times...9times)
Use Of These Codes Requires Further Explanation In Block 16
To Provide The Contractor With Guidance Necessary To Accurately
Price The Deliverable Data Item.
Other Abbreviations Not Appearing On The Above List May On
Occasion Be Used In Block 10 Of The Dd Form 1423. When Other
Abbreviations Are Used They Will Be Fully Explained In Block 16
Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day
Format, The Deliverable Item Is To Be Received By The
Requiring Office Cited In Block 6 Of The Dd Form 1423
For An Item With A Block 10 Entry Indication A Single
Delivery. If The Item Is To Be Submitted Multiple
Times, The Number Stated Is The Number Of Calendar Days
After The Frequency Cited In Block 10 The Item Is To Be
Received By The Requiring Office Cited In Block 6 Of The
Dd Form 1423. On Occasion The Deliverable Item Will Be
Required To Be Submitted Prior To The End Of The Frequency
Cited In Block 6. In That Event The Requirement Will Be
Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To
The Requiring Office (block 4) Expressed In
Year/month/day Format. The Abbreviations And Their
Meaning Are As Follows:
Asgen As Generated
Asreq As Required
Dac Days After Contract Date
Dfdel Deferred Delivery
Eoc End Of Contract
Eom End Of Month
Eoq End Of Quarter
Specific Instructions For These Requirements Will Be Provided In
Block 16. If The Deliverable Item Is Constrained By A Specific
Event Or Milestone The Constraint Will Be Fully Explained In Block 16
Of The Dd Form 1423. "as Generated", "as Required", And "deferred
Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After
The Initial Submission. Subsequent Submission Is Only Used To
Indicate The Specific Time Period. The Data Is Required When
Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is
Required. This Does Not Apply To Resubmission Of A Deliverable
Item That Has Been Reviewed By The Requiring Office And Determined
To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To
Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full
Name, Address (including Code) Will Be Specified. That Specific
Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To
Be Submitted. When Final "repro" Copies Are To Be Submitted
Block 16 Will Clarify The Type Of Repro Copies Required.
(e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required
By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information
Blocks 1 Through 15. This Block Is Also The Only Area Used To
Tailor The Document Listed In Block 4. Only Deletions To The
Minimum Requirements Stated In The Document In Block 4 Are
Allowed. Block 16 May Also Be Used To Specify The Medium For
Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The
Appropriate Price Group. The Price Groups Are Defined As Follows:
A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This
Type Of Data To Perform The Rest Of The Contract. Price
Would Be Based On Identifiable Direct Costs, Overhead, General
And Administrative (g&a) And Profit.
B. Group Ii - Data Essential To Contract Performance Which Must Be
Reworked Or Amended To Conform To Government Requirements.
The Price For Data In This Group Would Be Based On The Direct
Cost To Convert The Original Data To Meet Government Needs And
To Deliver It, Plus Allocable Overhead, G&a And Profit.
C. Group Iii - Data Which The Contractor Must Develop For His Own
Use And Which Requires No Substantial Change To Conform To
Government Requirements Regarding Depth Of Content, Format,
Frequency Of Submittal, Preparation, And Quality Of Data. Only
The Costs Of Reproducing, Handling And Delivery, Plus Overhead,
G&a And Profit, Are Considered In Pricing Data In This Group.
D. Group Iv - Data Which The Contractor Has Developed As Part
Of His Commercial Business. Not Much Of This Data Is Required
And The Cost Is Insignificant. The Item Should Normally
Be Coded "no Charge." An Example Is A Brochure Or Brief Manual
Developed For Commercial Application Which Will Be Acquired
In Small Quantities, And The Added Cost Is Too Small To Justify
The Expense Of Computing The Charge That Otherwise Would Go
With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total
Price Which Is Estimated To Be Attributable To The Production
Or Development For The Government Of That Item Of Data. The
Entry "n/c" For "no Charge" Is Acceptable.
repair:packaging, Packing And Marking For 5.2 Of Mao-es-658, Package And Shipping Document Shall Be Marked "do Not Store At Temperatures Below 32 Degrees F"
outside Of Greenpoly, Place Each Item In An Ed Fiberbox, Then Each Fiberbox In An F7 Wood Box.
\
date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Date6 Jan 2025
Tender AmountRefer Documents
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description "invitation For Negotiated Procurement For Two-failed Biddings" Rfq No. Np/pb 24-p-309 Date December 17, 2024 Pr Reference 100-24-03-059 Philgeps Reference No. 1160401 End - User Ceo Closing Date January 3, 2025 @5:00 A.m. Bid Opening January 7, 2025 @9:00 P.m. Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Np/pb 24-p-309 Total Abc: 160,154.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Xiv. 1 Lot Door And Windows 38 Door, Wooden, Pre-fab, 0.80m X 2.10m, With Door Jamb 3 Set/s 7,700.00 39 Door, Pvc, W/ Complete Accessory, .60m X 2.10m, With Louver And Door Jamb 2 Set/s 2,002.00 40 Hinges, Steel, 100mm X 100mm, Loose Pin, W/ Screws - Excellent Quality 5 Set/s 168.00 41 Door Knob, Adjustable Tubular Latch Type, Chrome Polished (good Quality) 5 Set/s 826.00 Xxi. 1 Lot Labor And Materials 42 Labor And Materials - Sliding Window Glass (slide - Slide), Width: 1.0m X Height: 1.0m, 1/4" Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories 1 Lot/s 4,970.00 43 Labor And Materials - Awning Type Window Glass, Width: 0.60m X Height: 2.40m, 4 Panels, (0.60m X 0.60m), (1 X 4 Set-up), With U Bars Hinge, 1/4", Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories 5 Lot/s 20,142.00 44 Labor And Materials - Fixed Window Glass, Width:0.60m X Height: 2.40m, 4 Panels, (0.60m X 0.60m), (1 X 4 Set-up), Tempered Glass Bronze, Aluminum Frame (analok), With Complete Accessories 4 Lot/s 5,600.00 * Nothing Follows* Purpose: Delivery Of Materials/supplies For The Construction Of Barangay Multi Purpose Hall (phase Ii), Cansumalig, 2nd Revision (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date3 Jan 2025
Tender AmountPHP 160.1 K (USD 2.7 K)
3881-3890 of 3922 archived Tenders