Wood Tenders
Wood Tenders
City Government Of Calapan Tender
Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
Details: Description Materials For The Single Phase And Open Secondary Line Extension At Sitio Kulo - Kulo, Brgy. Bondoc,calapan City. 2 Pcs Pole, Steel, 30', Bare-3.0mm, 86 Micron, 500kgs 4 Pcs Pole, Steel, 35', Bare-3.0mm, 86 Micron, 500kgs Assy. A1 4 Pcs Bolt, Machine 5/8" X 10", Hot Dip Galvanized 2 Pcs Bolt, Single Upset 5/8" X 10", Hot Dip Galvanized, Forged 2 Pcs Insulator, Pin Type, Porcelainj, Ansi, Class 56-1 2 Pcs Insulator, Spool, 1-3/4", Ansi, Class 53-2 4 Pcs Nut, Lock, Mf Type, 2-1/4" X 2-1/4" X X3/16" 6 Pcs Washer, Square, Flat, 2-1/4" X 2-1/4" X 3/16" 32 Ft Wire, Tie, Aluminum, Alloy, Soft, #4awg (ft.) 2 Sets Rod, Armor, Performed, #2 Acsr, Single Support Assy. A3 2 Pcs Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized, Forged 1 Pcs Clamp Suspension, A. Alloy Clevis, 2 Bolts #2/0 Acsr Max, 1 Pcs Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 1 Pcs Anchor, Shackle, 5/8', Forged Steel, Hot Dip Galvanized 1 Pcs Insulator, Spool, 1-3/4", Ansi, Class 53-2 2 Pcs Insulator, Suspension, 6", Ansi, Class 52-1 2 Pcs Nut, Lock, Mf Type, 5/8" 2 Pcs Washer, Square, Flat, 2-1/4" X 2-1/4 X 3/16" 8 Ft Wire, Tie, Aluminum, Alloy, Soft, #4 Awg (ft.) 2 Sets Rod, Armor, Performed, #2 Acsr, Single Support Assy. A5 2 Pcs Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized 2 Pcs Clamp, Loop Dead-end, #6-2/0 Acsr 1 Pcs Clamp, Deadend Strain #4 - #4/0 Acsr 1 Pcs Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 1 Pcs Insulator, Spool, 1-3/4", Ansi, Class 53-2 2 Pcs Insulator, Suspension, 6", Ansi, Class 52-1 2 Pcs Nut, Lock, Mf Type, 5/8" 2 Pcs Washer, Square, Flat, 2-1/4" X 2-1/4 X 3/16" 1 Ft Tape, Wire, Armor, Aluminum, Alloy, 0.5: X 0.3" (ft.) A5-4 2 Pcs Bolt, Machine 5/8" X 10", Hot Dip Galvanized 1 Pcs Clamp, Hotline, # 2-#4/0 Acsr 2 Pcs Clamp, Loop Dead-end, #6-2/0 Acsr 1 Pcs Clamp, Deadend Strain #4-#4/0 Acsr 1 Pcs Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 1 Pcs Insulator, Pin Type, Porcelain, Ansi, Class 56-1 1 Pcs Insulator, Spool, 1-3/4", Ansi, Class 53-2 2 Pcs Insulator, Suspension, 6", Ansi, Class 52-1 2 Pcs Nut, Eye, 5/8", Conventional, Hot Dip Galvanized 2 Pcs Nut, Lock, Mf Type, 5/8" 1 Pcs Pin, Pole Top, Channel, 1" Thread, 1-3/8" X 25" Long 2 Pcs Washer, Sqquare, Flat, 2-41/4" X 2-1/4" X 3/16" 1 Ft Tape, Wire, Armor, Aluminum Alloy, 0.5" X 0.3" (ft.) 2 Ft Connector, Compression, Yhd 200 Assy. M2-12 3 Pcs Grounding Wire, Clip 3 Pcs Connector, Split Bolt 3 Pcs Plate, Pole Grounding, Butt Type, Hot Dipm Galvanized 9 Ft Grounding Wire, Aluminum Alloy, #4 Awg (feet) 120 Ft Grounding, Wire Galvanized, 3 Strand, 5/16" Dia. (feet) 3 Pcs Connector, Compression, Yhd 200 Assy. M2-11a 2 Pcs Connector, Ground Rod Clamp, 5/8" 2 Pcs Grounding Rod, Steel, 5/8" X 10", Hot Dip Galvanized 66 Ft Grounding Wire, Aluminum Alloy, #4 Awg (feet) 2 Pcs Connector, Compression, Yhd 200 Assy. M3-4b 1 Set Bracket, Mounting For Fuse Cut-out & Arrester 1 Pc Fuse Cut-out & Arrester Combination, 15kv, Class 100 1 Pc Clamp, Hotline, #2-#4/0 Acsr Assy. J5 3 Pcs Bolt, Double Upset 5/8" X 10", Hot Dip Gal;vanized, Forged 3 Pcs Insulator, Spool, 1-3/4", Ansi, Cl;ass 53-2 3 Pcs Nut, Lock, Mf Type, 5/8" 3 Pcs Washer, Square, Flat, 2-1/4" X 2-1/4" X 3/16" 12 Ft Wire, Tie, Aluminum, Alloy, Soft, #4 Awg (ft.) Assy. J6 3 Pcs Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized, Forged 6 Pcs Clamp, Loop Dead-end, #6-2/0 Acsr 3 Pcs Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 3 Pcs Insulator, Spool, 3", Ansi, Class 53-4 3 Pcs Nut, Lock, Mf Type, 5/8" 3 Pcs Washer, Square, Flat, 2-1/4" X 2-1/4" X 3/16" 3 Ft Tape, Wire, Armor, Aluminum Alloy, 0.5" X 0.3" (feet) Assy. J7 1 Pc Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized, Forged 1 Pc Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 1 Pc Insulator, Spool, 1-3/4", Ansi, Class 53-2 1 Pc Nut, Lock, Mf Type, 5/8" 1 Pc Washer, Square, Flat, 2-1/4" X 2-1/4" X 3/16" 4 Ft Wire, Tie, Aluminum Alloy, Soft, #4 Awg (ft.) 1 Ft Tape, Wire, Armor, Alumionum Alloy, 0.5" X 0.3" (feet) Assy. J8 1 Pc Bolt, Single Upset 5/8" X 10", Hot Dip Galvanized, Froged 1 Pc Insulator, Spool, 1-3/4", Ansi, Class 53-2 1 Pc Nut, Lock, Mf Type, 5/8" 1 Pc Washer, Square, Flat, 2-1/4" X 2-1/4" X 3/16" 4 Ft Wire, Tie, Aluminum, Alloy, Soft, #4 Awg (ft.) Assy. J15 1 Pc Bolt, Oval Eye 5/8" X 10", Hot Dip Galvanized, Forged 2 Pcs Clamp, Loop Dead-end, #6-2/0 Acsr 1 Pc Clevis, Secondary Swinging W/o Spool, Hot Dip Galvanized 1 Pc Insulator, Spool, 1-3/4", Ansi, Class 53-2 1 Pc Nut, Eye, 5/8", Conventional, Hot Dip Galvanized 4 Ft Wire, Tie, Aluminum, Alloy, Soft, #4 Awg (ft.) 1 Ft Tape, Wire, Armor, Aluminum Alloy, 0.5" X 0.3" (feet) Assy. E1-2 4 Pcs Guy Attachment, Malleable Type With 11/16" Hole Diameter 4 Pcs Bolt, Machine 5/8" X 10", Hot Dip Galvanized 4 Pcs Anchor, Bondong Clamp, Single Eye Rod, 5/8" 8 Pcs Clamp, Guy Straight, 3 Bolt, Hot Dip Galvanized 4 Pcs Nut, Lock, Mf Type, 5/8" 4 Pcs Washer, Square, Flat, -1/4" X 2-1/4" X 3/16" 20 Ft Wire, Tie, Aluminum, Alloy, Soft, #4 Awg (ft.) 200 Ft Guy, Wire, Steel, 3/8", 7 Strant, High Strength (feet) 8 Pcs Connector, Compression, Yhd 200 Assy. F2-1 4 Pcs Rod, Anchor, Threaded, Sinle Eye, 5/8" X 7" 4 Pcs Washer, Square, Flat, 4" X 4" X 1/2" W/ 7/8" Dia. Hole 4 Pcs Anchor, Log, Wood 8" X 4", Syp, Cca 619 M Conductor, Bare, Acsr #2, Awg 6/1 (meters) 379 M Conductor, Insulated, Acsr #2, Awg 6/1 (meters)
Closing Date28 Jan 2025
Tender AmountPHP 268.6 K (USD 4.5 K)
BARANGAY NATIVIDAD PANGIL, LAGUNA Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Laguna Municipality Of Pangil Barangay Natividad Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The Barangay Natividad, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Purchased Of Materials For Rehabilitation Of Day Care Center Location : Brgy. Natividad, Pangil, Laguna Brief Description/scope Of Work : Repair/rehabilitation Of Day Care Center Approved Budget For The Contract (abc) : Php 128,095.00 Contract Duration/delivery Period : Within Ten (10) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents Feb 06,2025 To Feb 13, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids Feb 14, 2025 01:00 Pm 3. Bid Evaluation Feb 15,2025 To Feb 17,2025 4. Post Qualification Feb 18,2025 5. Notice Of Award Feb 19, 2025 To Feb 20,2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Hon. Jayson O. Baliwas Bac Chairperson 09958166794 Republic Of The Philippines Province Of Laguna Municipality Of Pangil Barangay Natividad Bids And Awards Committee Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Purchased Of Materials For Rehabilitation Of Day Care Center Located At Brgy. Natividad, Pangil, Laguna Will Be Received At Barangay Hall Of Natividad, 2nd Floor, Barangay Natividad, Pangil, Laguna On Februray 14,2025 At 01:00 Pm By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10 Copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Hon. Jayson O. Baliwas Bac Chairperson Quantity Unit Item Description 2 Boxes Wood Screw 40 Pcs Carrying Channel 80 Pcs Metal Parring 100 Pcs Double U Cup 4 Kilos Concrete Nail 50 Sheet Hardflex 2 Boxes Blind Rivets 5/32" 5 Pcs Drill Bit 5/32" 10 Gallons Flat Wall Enamel 10 Gallons Qde Paint 6 Tins Flat Latex Paint 5 Yards Sanding Paper No. 100 6 Pcs Roller Paint No. 7 8 Pcs Paint Brush No.2 8 Pcs Paint Brush No.1 8 Bags Skim Coat 8 Gallons Paint Thinner 10 Gallons Lacquer Thinner 4 Pcs Baby Roller 2 Pcs Joint Tape No 2 1 Liter Pioneer Epoxy 35 Pcs Angle Bar 1 1/2" X 1/4" 20 Sheets Corr. Gi Sheet 12" 35 Sheets Corr. Gi Sheet 10" 1 Box Welding Rod 12 Pcs Cutting Disc 20 Pcs Chb 4" 18 Bags Cement 3 Cu.m Sand S1 Total Amount Of Bid In Words: And (figures) Type Of Bid Security/bidders Bond: _____________________________________ Total Amount Of Bid Security/bidders Bond: __________________________ ************************************************** Republic Of The Philippines) Municipality Of Pangil ) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i) Withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii) Fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
Closing Date13 Feb 2025
Tender AmountPHP 128 K (USD 2.2 K)
Municipality Of Manolo Fortich, Bukidnon Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Request For Quotation Purchase Of Materials For The Construction Of Breastfeeding Room (lactation Station) At Ngc – Two Failed Biddings Purchase Request No. Gf-2025-0134 Date January 03, 2025 __________________ _________________________________ _________________________________ _________________________________ (name/company And Address) Sir/madam: The Local Government Unit Of Manolo Fortich, Bids And Awards Committee (bac) Invites You To Participate In The Negotiated Procurement For The Purchase Of Materials For The Construction Of Breastfeeding Room (lactation Station) At Ngc – Two Failed Biddings With An Approved Budget For The Contract (abc) In Accordance With Section 53.1 Two Failed Bidding As Specified In The 2016 Revised Implement Rules And Regulations Of Republic Act 9184, Otherwise Known As The “government Procurement Reform Act”. Item Number Unit Description Quantity Unit Cost 1 Lot Plumbing Works 1.1 Unit Round Vessel Basin - With Complete Fittings, Including Long Stainless Basin Faucet 1/2" (39cmx39cmx14xcm) 1 1.2 Length Ppr Pipe - 1/2" X 4m 3 1.3 Piece Ppr Coupling - 1/2"ø 3 1.4 Piece Ppr Equal Elbow 1/2" X 90deg 8 1.5 Piece Ppr Equal Tee - 1/2" 3 1.6 Piece Pe Tee (polyethylene) - 1/2"ø 2 1.7 Piece Teflon Tape - 3/4" 2 1.8 Can Solvent Cement - 100 Cc 2 1.9 Piece Angle Valve - 1/2" X 1/2" Stainless 1 1.1 Length Pvc Pipe 5 • 2" Dia. X 3m 1.11 Piece Pvc Elbow - 2" Dia. X 90 Deg 5 1.12 Piece Pvc Tee - 2" Ø 5 1.13 Piece Pvc Elbow - 2" Dia. X 45 Deg 3 1.14 Piece Pvc End Cap - 2" Ø 2 1.15 Piece Pvc Coupling - 2" Ø 3 1.16 Piece Sandpaper - #120 10 2 Lot Hardware 2.1 Sheet Marine Plywood - 3/4" 11 2.2 Liter Wood Glue - 1 Liter 2 2.3 Kilogram Finishing Nails - 2" 2 2.4 Piece Good Lumber - 1" X 2" X 8 Ft. 15 2.5 Piece Good Lumber - 2" X 3" X 8 Ft. 5 2.6 Piece Concealed Hinges - Hydraulic Full Overlay 8 2.7 Sheet Fiber Cement Board - 4.5mm Fiber Cement Board 30 2.8 Piece Metal Stud - 2" X 4" X 1.5mm Thick, 3m Length 40 2.9 Box Hardie Screw - 1" 5 2.1 Box Blind Rivets - Blind Rivets 1/8 X 1/2 5 2.11 Piece Drill Bit - Metal, 1/8 5 2.12 Box Tox W/ Screw - 5mm 1 2.13 Piece Granite Slab - 0.90mx1.80m 1 2.14 Liter Epoxy - All Purpose 2 2.15 Piece Diamond Wheel. - #4 1 3 Lot Ceiling Works 3.1 Sheet Fiber Cement Board - 4.5mm Fiber Cement Board 6 3.2 Sheet Marine Plywood - 1/4" 6 3.3 Piece Metal Stud - 2" X 4" X 0.8mm Thick, 3m Length 3 3.4 Piece Metal Stud - 2" X 3" X 0.8mm Thick, 3m Length 16 3.5 Box Blind Rivets - Blind Rivets 1/8 X 1/2 4 3.6 Piece Drill Bit - Metal, 1/8 1 3.7 Box Hardie Screw - 1" 2 4 Lot Painting Works 4.1 Gallon Body Filler - With Hardener 1 4.2 Gallon Lacquer - Primer Surfacer White 1 4.3 Gallon Lacquer - White, Glazing Putty 2 4.4 Gallon Lacquer - Sanding Sealer 2 4.5 Gallon Polyurethane Top Coat - Clear 1 4.6 Gallon Lacquer - Thinner 2 4.7 Gallon Lacquer - Flo 2 4.8 Piece Sandpaper - #120 50 4.9 Can Tinting Color - Raw Sienna - Oil Base (lead Safe) 2 4.1 Can Tinting Color - Burnt Umber - Oil Base (lead Safe) 2 4.11 Bag Skim Coat - 10kg/bag 4 4.12 Gallon Epoxy - Marine Epoxy A & B, All Purpose 2 4.13 Gallon Elastomeric Paint - China White 8 4.14 Gallon Elastomeric Paint - Xtra Gloss 2 4.15 Gallon Acrytex - Primer White 6 4.16 Gallon Latex - Flat White 6 4.17 Gallon Acrytex - Reducer 4 4.18 Piece Paint Brush - #2 3 4.19 Piece Paint Roller - #7 W/ Paint Tray-o 3 5 Lot Electrical Works 5.1 Meter Thh Copper Wire - 8.0mm², Black (sub-feeder Wire) 60 5.2 Box Thh Copper Wire - 3.5mm², (c.o. & L.o. Wire) 1 5.3 Meter Thh Copper Wire - 5.5mm², (acu Wire) 20 5.4 Set Electrical Outlet - Universal Duplex Outlet Flush Type 2 5.5 Set Electrical Switch - 2 Gang Switch, Flush Type 1 5.6 Roll Electrical Tape - 0.16mm X 19mm X 16 M, Black 5 5.7 Length Upvc Pipe - 1/2" 10 5.8 Length Upvc Pipe - 3/4", (power Supply Piping) 10 5.9 Set Upvc Junction Box W/ Plate - - 6 5.1 Set Upvc Utility Box W/ Plate - - 4 5.11 Piece Upvc Elbow - 1/2" Long 10 5.12 Piece Upvc Elbow - 3/4" Long 4 5.13 Piece Upvc Connector - 1/2" Long 15 5.14 Piece Poly Pvc Square Box - - 2 5.15 Set 4-branches Main Panel Board Bolt-on Type, Center Main 2 Pole (main Panel Board; 1-40a ,main Breaker; 1-30a Branches Breaker; 1-20a Branches Breaker; 1-15a Branches Breaker) - - 1 5.16 Piece Led Bulb - 15 Watts 4 5.17 Piece Upvc Connector - 3/4" Long 4 5.18 Piece Pinlight - 5" 4 6 Lot Aluminum Framed Glass 6.1 Lump Sum 1/4" Thk Reflective Dark Gray Glass With Analok Aluminum Framing - 8.30m X 2.70m, With Single Door, Supply And Installation 1 7 Lot Single Sofa Chair 7.1 Unit Sofa Chair - Single, Leatherette Material - Supply And Delivery 2 8 Lot Venetian Blinds 8.1 Sq.m. Venetian Blinds - Combi Blinds, Black Out, Color Light Green, Supply And Installation 7 9 Lot Acrylic Signage 9.1 Set 4" Height Acrylic Signage With Installation - Breastfeeding Room - Supply And Installation 1 10 Lot Air Conditioning Unit 10.1 Unit Aircon - Split Type Inverter, 1hp, W/ Installation 1 Total 301,656.40 Please Quote Your Lowest Price, Inclusive Of Taxes For The Above-cited Package, Based On The Attached Bill Of Quantities (boq) And Schedule Of Requirements And Submit Your Quotation Duly Signed By You Or Your Authorized Representative At The Bac Conference Room, 3rd Floor, Ngc Bldng. Kalanawan, Tankulan, Manolo Fortich, Bukidnon. Goods Is Required Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Catherine C. Gatchalian Chairman, Bids And Awards Committee Bac Conference Room, 3rd Floor, Tankulan, Manolo Fortich, Bukidnon, 8703 Email Add: Procurement@manolofortich.gov.ph
Closing Date18 Feb 2025
Tender AmountPHP 301.6 K (USD 5.2 K)
City Of Canlaon Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Abc Building The Local Government Of Canlaon City, Through The Ordinance No. 88, Series Of 2024 Intends To Apply The Sum Three Hundred Fourteen Thousand, Five Hundred Nineteen & 50/100 (p314,519.50) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten 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). 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred (p500.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon 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. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvenet Of Abc Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Mabigo, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 8 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 2. 30 Shts. # 120, Sand Paper 38.00 3. 30 Shts. # 80, Sand Paper 33.00 4. 4 Kgs. 1½" Flat Head Wood Screw 65.00 5. 400 Bd. Ft. 120 Pcs - 2" X 2" X 10' Good Lumber 55.00 6. 9 Pcs. 16" X 8' G.i. Ridge Roll, 0.40mm Thick 250.00 7. 80 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5 M Double Furring 217.00 8. 2 Pcs. 2" Paint Brush 50.00 9. 3 Kgs. 3" Roofing Nails 150.00 10. 200 Bd. Ft. 30 Pcs - 2" X 4" X 10' Good Lumber 55.00 11. 35 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 12. 14 Shts. 4' X 8' X ¾" Marine Plywood 1,913.50 13. 3 Pcs. 4" Paint Brush 105.00 14. 2 Pc. 4" Putty Plate 80.00 15. 5 Pcs. 5/32"ф Drill Bit For Steel 129.00 16. 2 Box 5/32"ф X ¾" Blind Rivets 546.00 17. 3 Pcs. 7" Paint Roller With Pan 160.00 18. 3 Tube All Purpose Sealant, Elastoseal 417.00 19. 6 Tubes Builders Bond Construction Adhesive, 300 Ml Cartridge 200.00 20. 1 Pc. Caulking Gun 350.00 21. 15 Bags Skim Coat, 25 Kgs., Buildrite 710.00 22. 20 Shts. Corrugated G.i. Sheet (10'), Ga26 819.00 23. 1 Kg. Cwn #1½ 100.50 24. 1 Kg. Cwn #1½ 100.50 25. 1 Gal. Epoxy Primer Red Oxide W/ Catalyst 1,358.00 26. 3 Rolls Fiber Glass Mesh Tape 150.00 27. 1 L Mayon Lacquer Thinner 300.00 28. 15 Gal. Mcs Semi-gloss Mcs - 2101 Evening Haze 1,100.00 29. 15 Gal. Mcs Semi-gloss Mcs - 6101 Cloudy Gray 1,100.00 30. 18 Lght Moulding Polywood 15 X 70 X 2400mm, Oakwood Design 400.00 31. 1 L Pioneer Marine Epoxy 900.00 32. 2 L Prima Semi-gloss 346sg Brown Cap 300.00 33. 1 Sets 3-way Switch, Flush Type 450.00 34. 1 Assy Ceiling Light, ɸ 290 X 54mm, 32w 2,800.00 35. 30 Mtrs. Conductor Wire, 14.0 Mm2 Thw Cu 132.50 36. 600 Mtrs Conductor Wire, 3.5mm2 Thw Cu 94.50 37. 15 Mtrs. Conductor Wire, 8.0 Mm2 Tw Cu, For Grounding 74.50 38. 100 Pcs Conduit Clamp 1/2'' ɸ Upvc, Orange Color W/ Concrete Nail 3.50 39. 20 Pcs Conduit Clamp 3/4'' ɸ Upvc, Orange Color W/ Concrete Nail 5.00 40. 1 Pc Connector Ground Rod For 5/8'' ɸ 196.00 41. 15 Sets Covenience Outlet, Duplex, Universal, Flush Type 350.00 42. 1 Pc Double Throw For Backup Generator, 2p, 60a 600v W/ Cover And Complete Accessories 850.00 43. 4 Sets Duplex Switch, Flush Type 350.00 44. 5 Rolls Electrical Tape 75.00 45. 300 Mtrs Flexible Conduit Pipe, 1/2'' ɸ Upvc, Orange Color, Coliable 25.00 46. 15 Mtrs. Flexible Conduit Pipe, 3/4'' ɸ Upvc, Orange Color, Coilable 35.00 47. 1 Pc Ground Rod, 5/8'' ɸ X 10, Galvanized 933.00 48. 39 Pcs Junction Box, 4 X 4 Upvc, Orange Color 73.00 49. 26 Assy Led Lamp, 9watts, 220v Standard Base (e-27) 120.00 50. 10 Lgnth Plastic Molding, 3/4'' X 4' 150.00 51. 150 Pcs Polyflex Flexible Connector 1/2'' ɸ Pvc, Orange Color 15.00 52. 2 Pcs Pull Box, 12'' X 12'' X 6'' Depth, Galv. Steel, Melamine Coated 1,060.00 53. 26 Assy Recessed Lamp, 4'' ɸ X 6'' Depth With Socket, Standard Base (e-27), Safety Clip Without Bulb 840.00 54. 7 Sets Single Pole Switct, Flush Type 148.00 55. 2 Assy Track Lights, 12w 120-240v, Aluminum Material, ɸ 75mm X H90mm 950.00 56. 3 Sets Triplex Switch, Flush Type 360.00 57. 28 Pcs Utility Box 2 X 4, Upvc,orange Color 40.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date2 Jan 2025
Tender AmountPHP 314.5 K (USD 5.4 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 24-p-317(re-ad) Date January 2, 2025 Pr Reference 100-24-10-026 Philgeps Reference No. End - User Ceo Closing Date January 17, 2025 @ 5:00pm Bid Opening January 21, 2025 @ 9:00 Am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. 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. (sgd)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: Svp 24-p-317(re-ad) Total Abc: Php 300,621.10 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 Lot I. Construction Materials 1 G.i. Metal Studs, 0.50mm Thk X 50mm X 50mm X 3.0m 3 Length 330.00 [ ] [ ] 2 G.i. Metal Studs, 0.50mm Thk X 50mm X 75mm X 3.0m 24 Length 490.00 [ ] [ ] 3 G.i. Metal Tracks, 0.50mm Thk X 50mm X 75mm X 3.0m 20 Length 470.00 [ ] [ ] 4 Metal Cladding, Aluminum Composite Panel, 4mm X 1.2m X 2.4m, Color: White 20 Sheet 2,500.00 [ ] [ ] 5 Tex Screw, 63mm For Steel 153 Piece 2.00 [ ] [ ] 6 Expansion Bolt, 10mm Dia X 75mm 56 Piece 35.00 [ ] [ ] 7 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 2 Sheet 650.00 [ ] [ ] 8 Nails, Common Wire, 38mm 1 Kilo 84.00 [ ] [ ] 9 Nails, Common Wire 62mm 1 Kilo 80.00 [ ] [ ] 10 Nails, Concrete 25mm 1 Kilo 100.00 [ ] [ ] 11 Sealant, Elastomeric/roof (1 Liter/can) 1 Can 700.00 [ ] [ ] 12 Blind Rivets, 19mm Dia X 9mm Long (1000pcs/box) 1 Box 4,100.00 [ ] [ ] 13 Blind Rivets, 3mm Dia X 15.5mm Long (1000 Pcs/box) 1 Box 330.00 [ ] [ ] 14 Steel Plate,, 8mm X 1.2m 2.4m 1 Sheet 10,640.00 [ ] [ ] 17 Wood Plastic Composite, Indoor Panel, 7.5mm X 0.122m X 2.9m; Color: Teracota Orange 36 Sheet 600.00 [ ] [ ] 18 Roofing, Long Span, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=8.00m, Color: Terracotta Orange 6 Sheet 3,440.00 [ ] [ ] 19 Door Knob, Chrome Polished Adjustable Tubular Latch Type, Good Quality 2 Set 690.00 [ ] [ ] 20 Hinges, Steel 100mm X 100mm Loose Pin W/ Screws Excellent Quality 3 Set 120.00 [ ] [ ] 21 Tube, G.i., Rectangular, Thk=2.5mm X 50mm X 150mm X 6m 4 Length 4,480.00 [ ] [ ] 22 Tube, G.i., Rectangular, , Thk=2.5mm X 75mm X 150mm X 6m 20 Length 6,720.00 [ ] [ ] 23 Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 4 Box 1,890.00 [ ] [ ] 24 Epoxy, (a And B), 1/4 Liter/can 1 Can 572.60 [ ] [ ] Lot Ii. Commercial Lumber 15 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m 6 Piece 179.75 [ ] [ ] 16 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 3.0m 12 Piece 280.00 [ ] [ ] Purpose: Delivery Of Supplies And Materials For The Improvement Of Negosyo Center (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 Date17 Jan 2025
Tender AmountPHP 300.6 K (USD 5.1 K)
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT USA Tender
Education And Training Services
United States
Details: Sources Sought Notice For Request For Information (rfi) Number 1605jw-25-n-00002. The Government Reserves The Right To Compete Any Acquisition Resulting From This Notice. This Sources Sought Notice Is For Planning Purposes Only And Does Not Commit The Government To Pay For The Information Requested, Issue A Solicitation, Or Award A Contract. No Solicitation Document Exists At This Time. A Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. This Is Not A Request For Proposal
the Us Department Of Labor (dol), Office Of The Assistant Secretary For Administration And Management (oasam), Office Of The Senior Procurement Executive (ospe), Job Corps Acquisition Services (jcas) Is Conducting Market Research For The Upcoming Procurement Requirement For The Operation Of Dayton Job Corps Center. The Naics Code Is 611519, With A Size Standard Of $41.5m.it Is Anticipated That A Fixed Price Type Contract With Two Base Years And Three Option Years Will Be Awarded. The Procurement Will Involve The Operation And Management Of A Residential Education, Training And Employment Program At Dayton Job Corps Center Located In Dayton, Ohio. The Procurement Will Also Involve Outreach And Admissions (oa) And Career Transition Services (cts).
contractors Will Be Expected To Provide All Material, Services, And Necessary Personnel To Operate This Jcc As Set Forth In The Workforce Innovation And Opportunity Act (wioa) Of 2014. Wioa Authorizes The Job Corps Program.
contractors Are Also Required To Comply With The Job Corps Policy And Requirements Handbook (prh). The Prh Is Available At Https://prh.jobcorps.gov/pages/home.aspx.
job Corps Is A National Residential Training And Employment Program Administered By The U.s. Department Of Labor To Address The Multiple Barriers To Employment Faced By At-risk Youth, 16-24 Years Of Age, Throughout The United States. Job Corps Provides Educational And Career Technical Skills Instruction, And Support Services. The Combination Of Services Provided By Job Corps Is Intended To Prepare Youth To Pursue Further Education Or Training, Obtain And Hold Gainful Employment, Or Satisfy Entrance Requirements For Careers In The Armed Forces. The Contractor Shall Provide:
program Outreach And Admissions Services;
educational Instruction;
career Technical Skills Instruction;
social And Employment Readiness Skills;
work-based Learning Opportunities;
career Transition Services/job Placement Assistance;
stakeholder Engagement In Support Of Student Job Placement, Including Relationships With Workforce Development Systems, Employers, And Business Organizations And Entities; And
operation And Management Of A Government-owned, Full-time Residential Campus/facility, Including Providing Safe And Secure Living And Training Environment, Health And Wellness Services, Food Services, Recreational Programming, Transportation, Property Maintenance And Management, Financial Management And Reporting, Staff Training And Development, And Program Performance Management And Recordkeeping.
the Planned Measure Of Student Utilization For The Center Or Center Onboard Strength (obs) For The Dayton Job Corps Center Is 170 Students Consisting Of 80 Residential Male Students, 40 Residential Female Students, 30 Nonresidential Male Students, And 20 Nonresidential Female Students. The Center Is Located On 3849 Germantown Pike, Dayton, Ohio 45417.
the Contractor Shall Provide Oa Services In The Following Workforce Development Areas In The State Of Ohio: Lucas County, Wood County, Van Wert County, Richland County And Franklin County, And Shall Ensure The Arrival Of A Minimum Of 360 Students Into The Job Corps Program Annually For Residential Male And Female Students, And Nonresidential Male And Female Students. Of The 360 Arrivals, The Contractor Shall Provide A 40 Arrivals For The Cleveland Job Corps Center And 40 Arrivals For The Cincinnati Job Corps Center.
the Contractor Shall Also Provide Career Transition Services (cts) For All Graduates And Former Enrollees Of The Dayton Job Corps Center, Regardless Of Where The Graduate Or Former Enrollee Resides Or Matriculates, And Former Enrollees Within Their Eligibility Period That Separated Under The Prior Operator.
all Contractors Doing Business With The Federal Government Shall Be Registered In Central Contractor Registration (ccr) Database Which Is Located On The System For Award Management Website, Sam.gov. The Website For Registration Is Https://www.sam.gov.all Active Ccr Records Have Migrated To Sam. All Qualified Small Businesses Including 8(a) Firms Are Encouraged To Participate.
interested Contractors Responding To This Rfi Will Be Required To Indicate Their Ability To Successfully Manage And Operate A Job Corps Center Operation By Responding To The Capability Requirements Listed Below. The Contractor Should Also Indicate The Number Of Students/program Participants Served For Each Described Contract. If The Contractor References A Job Corps Contract, The Contractor Should Also Provide The Referenced Center’s On Board Strength At The Time That The Contractor Held The Contract. For A Contractor To Be Deemed Capable, The Contractor Must Be Found Capable In All Fourteen Requirements Listed Below.
capabilities Requirements
describe Your Organizational Experience Operating A Large Scale Residential Education And Job Training Program Similar In Size And Scope To The Job Corps Center. Demonstrated Experience Should Encompass Key Aspects Of Operating A Similar Program, Including Providing Food Services; Medical, Dental, And Mental Health Care; Facility And Property Management Including Facility Maintenance And Repairs; Providing Residential Management And Supervision Of At-risk Youth; Recreational Programming; Student Transportation; Oversight And Purchase Of Government Owned Property; Managing Gsa Fleet Vehicles; And Protecting Personally Identifiable Information (pii).
describe How Your Organization Will Meet The Requirements Of Wioa Section 159(a) That Requires Maintaining A Financial Management Information System That Provides Accurate, Complete, And Current Disclosures Of The Costs, And Sufficient Data For The Effective Evaluation Of Activities Carried Out Through The Job Corps Program. Describe The Internal Controls Your Organization Has In Place To Ensure Proper Accounting Of Federal Funds Consistent With Far Section 159(a) That Requires Each Operator To Maintain Funds Received In Accounts In A Manner That Ensures Timely And Accurate Reporting As Required By The Secretary Of Labor.
describe Your Ability To Comply With All Health And Safety Standards In The Residential, Food Preparation Area And Dining Hall.
describe Your Organizational Experience Procuring, Managing And Executing Facilities Repairs/improvements In Excess Of $600,000 And Doing So In A Timely Manner. Add Any Experience With Timeworn And/or Historic Buildings And Aging Infrastructure.
describe Your Organizational Experience Overseeing, Managing, And Administering Educational And Technical Skill Training Programs.
describe Your Organizational Experience Implementing Effective Behavioral Management Programs And Enforcing Student Code Of Conduct Policies.
describe What Organizational Infrastructure Exists For Providing Corporate Oversight And Support For Managing Multiple Residential Educational And/or Skills Training Programs That Include One Or More Of The Following: Career Training, Academic Instruction, Career Preparation, Work-based Learning And Transition Services, And Job Placement.
demonstrate Your Organization's Ability To Access Financial Resources Sufficient To Satisfy Requirements Of Operating The Contract For The First 60 Days Of Operation Or The Ability To Obtain Them Prior To Award.
describe Your Organizational Experience Conducting Outreach And Admissions Services To Attract Individuals To A Program, Screen For Eligibility, And Arrange For Admission Placement Into The Program.
describe Your Organizational Experience Working With At-risk And Disadvantaged Youth And Young Adults.
describe Your Organizational Experience Providing Career Counseling, Planning And Placement Services. Describe Your Experience Providing Career Counseling, Planning And Placement Services Should Include Assessments, Counseling, Resume Development And Interviewing Techniques; Transition Support With Housing, Childcare And Transportation During The Specified Service Window; Job Development And Referral Services; And Follow Up Placement Services.
describe Your Organizational Experience Obtaining, Establishing, And/or Overseeing Post-secondary Educational Programs And Program Providers.
describe Your Organizational Experience Collaborating With Career Skills Training Provider(s) To Identify Trade-specific Employers To Hire Center Graduates Into Meaningful Careers Related To The Training Completed.
describe Your Organizational Experience Identifying And Establishing Strategic Relationships With Industry Specific Employers, Business And Business Organizations, And Workforce Development Systems.
all Interested Parties Are Invited To Submit In Writing, By The Closing Date Indicated Below For Receipt Of Responses, A Package Entitled "statement Of Qualifications / Capabilities Statement (which Must Include The Contractor's Indication Of Their Ability To Fulfill Requirements). The Statement Of Qualifications / Capabilities Statement Package Must Be Transmitted Under A Cover Letter. The Response Must Be Specific To Each Of The Capability Requirements Listed Above. The Submittals Shall Not Exceed 15 Pages, Total. The Capabilities Statement Package Must Cite The Following Information At A Minimum:
response To Rfi 1605jw-25-n-00002;
company Name, Address, And A Company Point Of Contact;
unique Identity Id (from Sam.gov);
business Size Standard/classification, And Socio-economic Status, If Applicable;
naics Code Certifications.
the Closing Date For The Receipt Of Responses Is January 27, 2025 At Noon, Eastern Standard Time.send Your Responses To Sheiann Ross At The Following Email Address, Ross.sheiann.m@dol.gov. Please Note: The Subject Line Of Your Email Must State: “response To Sources Sought Notice 1605jw-25-n-00002.”
no Questions In Connection With This Notice Will Be Accepted. Only Submit Responses To The Qualifications And Capabilities Requirements Provided Above.
Closing Date27 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Request For Information
for
systems Engineering And Technical Assistance (seta)
program Executive Office, Command, Control, Communications-network (peo C3n)
project Manager Interoperability, Integration And Services (pm I2s)
20 December 2024
this Notice Serves As Market Research In Accordance With Far Part 10. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Is Not A Request For Proposals And No Contract Will Be Awarded From This Request For Information.
introduction
the Army Contracting Command, Aberdeen Proving Grounds (acc-apg) On Behalf Of The Program Executive Office, Command, Control, Communications-network (peo C3n), Project Manager Interoperability, Integration And Services (pm I2s) Is Issuing A Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties With The Capabilities And Resources To Support The Requirement For Program Management, Asset Management, Logistics, Information Security, Systems Engineering And Network Support. This Will Include Analysis, Operations And Software Engineering From Concept To Delivery To Customers In A Total System Environment.
based On The Responses To This Rfi/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered.
**please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. **
place Of Performance
place Of Performance Is Primarily At A Government Facility Located At Aberdeen Proving Ground (apg), Maryland (md) And Fort Belvoir, Virginia (va). In Addition, The Contractor Shall Provide A Significant Number Of Services At Multiple Sites Within The Continental United States (conus) And Outside Of The Continental United States (oconus) Throughout The To’s Period Of Performance At The Locations Identified Below And Other Locations Directed By The Government.
conus Locations Include: National Training Center, Ca, White Sands Missile Range, Nm, Ft. Huachuca, Az, Ft. Leonard Wood, Mo, Ft. Sill, Ok, Ft. Hood, Tx, San Antonio, Tx, Ft. Bragg, Nc, Ft. Belvoir, Va, Ft. Campbell, Ky, Ft. Knox, Ky, San Diego, Ca, Ft. Stewart, Ga, Ft. Gordon, Ga, Ft. Carson, Co, Ft. Bragg, Nc, Joint Base Lewis-mcchord, Wa, Ft. Riley, Ks, Ft. Drum, Ny, Ft. Polk, La, Ft. Bliss, Tx, Redstone Arsenal, Al, Ft. Meade, Md, Ft. Benning, Ga, Joint Base Mcguire-dix-lakehurst, Nj And The Pentagon, Washington D.c..
oconus Locations Include: Schofield Barracks, Hi, Ft. Shafter, Hi, Joint Base Elmendorf- Richardson, Ak, Ft. Wainwright, Ak, Ft. Buchanan, Puerto Rico, Germany, Republic Of South Korea (rok), Italy, Taiwan, Kuwait, Australia, New Zealand, Japan, Belgium, Canada, Poland, Turkey, American Samoa, Guam, U.s. Virgin Islands, United Kingdom And Any Contingency Operations.
disclaimer
this Rfi Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Are Issued.
program Background
pm I2s Has The Mission To Provide The Products And Services That Serve As Critical Enablers For The Army’s Tactical Communications And Data Network. Presently Pm I2s Consists Of Four (4) Functional Divisions And Six (6) Product Offices. Pm I2s Supports Military Commanders And Forces For An Array Of Command, Control, Communications, Computers, Intelligence, Surveillance, And Reconnaissance (c4isr) Tactical Network Infrastructure Capabilities Including Network Encryption, Network Management, Security Management, And Component Upgrades Of Hardware And Software. This Effort Incorporates Systems Engineering And Technical Assistance (seta) Support For All Pm I2s Projects And Programs.
required Capabilities
the Contractor Shall Provide Program Management, Asset Management And Logistics, Information Security, Systems Engineering, And Network Support To Include Analysis, Operations, Software Engineering From Concept To Delivery To Customers In A Total System Environment. The Scope Includes Network Management, Training And Technical Services In Support Of Pm I2s Products And Programs, For Current And Future C4isr Tactical Network Infrastructures.
the Contractor Shall Plan, Test, Configure, Produce, Field, Integrate, Install, Secure, Manage, Upgrade, And Support Multiple Products And Components. This Effort Provides Hardware, Software, Network Engineering Support For The Planning Of Research, Design, Execution, And Coordination For Efforts Including C4isr Missions And Equipment, System Of Systems Network Interoperability, System Architectures, Platform System Integration And System Security. The Contractor Shall Provide These Services For The Department Of Defense (dod), Federal Agencies, Countries Under The Five Eyes (fvey) Alliance And Coalition Partners’ Tactical Communications And Data Network Capabilities That Are Supported By Peo C3t And Pm I2s Current And Future Organizations.
the Contractor Shall Provide Business Management Services By Providing Specialized Expertise That Includes Program, Budget And Cost Analysis, Acquisition, Finance, And Accounting Services. Operations Support Which Includes Information Technology (it), Knowledge Management, Sharepoint, Property, Facilities, Security, Operations, And Executive Administration (ea) Support. Readiness Management Support Which Includes The Development Of Products Support Strategies, Sustainment, Coordinates And Prioritizes The Planning, Training And Fielding For Pm I2s Products.
special Requirements
a Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have Or Demonstrate Ability To Obtain The Required Facility Clearance: Secret
safeguarding Required: Secret
sensitive Compartmented Information (sci): Not Applicable
government Furnished Property Management Plan
** The Estimated Period Of Performance Consists Of A Twelve (12) Month Base Period And Four (4) 12-month Option Periods, With Performance Commencing In Approximately Fiscal Year 2026.
seta Request For Information Questionnaire:
the Documentation Submitted In Response To This Rfi Announcement Must Address At A Minimum The Following Items:
what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement? Including Contract Number(s), Organization(s) Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Value, Government Point Of Contact, And A Brief Description Of The Specific Task Areas In The Referenced Contract As It Relates To The Services Described Herein. Please Indicate Whether You Have Dod, C5isr, And Peo C3t Specific Experience.
2. Describe Your Company’s Understanding Of Pm I2s’ Product Portfolio And How Your Company’s Core Business Relates To The Product Portfolio.
3.describe Your Company’s Experience Providing Support Like That Of Pm I2s.
4. Describe Your Company’s Approach To On Ramp And Off Ramp Pm I2s’ Requirement, Provide A Smooth Transition Of Work, Approach To Recruit And Hire The Required Professionals To Include Screening, Examining, Selection, Hiring, Orientation, Training, Assigning, Supervising, Evaluating, And Processing Of Professionals To Accomplish Contract Requirements To Ensure Top-quality Personnel Are Ready To Support On First Day Of Period Of Performance.
5. What Specific Technical Skills Does Your Company Possess Which Ensure Its Capability To Perform The Tasks?
6. Has Your Company Managed A Team Of Subcontractors Before? If So, Describe Your Company’s Subcontracting Management Plan.
7. Include In Your Response Your Ability To Meet The Required Facility And Safeguarding Requirements.
8. Responses Should Also Include A Cover Letter (not Included In The Page Count) Providing:
a. Point Of Contact Information To Include: Company Name, Contact Name, Company Address, Website (if Available), Contact Phone Number, And Contact Email Address.
b. Your Intention Of Being A Prime Or A Subcontractor
c. Your Company’s Experience In Performing This Type Of Effort Or Similar Type Of Effort (to Include Size And Complexity) And A Brief Description Of Your Direct Support Of The Effort.
d. Cage Code
respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern. If So, Will You Bid As A Prime Or Subcontractor Or In A Teaming Arrangement?
a. If More Than 50 Percent Of Subcontracting Or Teaming Is Anticipated, Please Address The Administrative And Management Structure Of Such Arrangements.
b. Please Provide The Estimated Percentage Of The Work To Be Performed By The Offeror And By Your Proposed Subcontractor.
submission Details
all Questions And/or Capability Statements Shall Be Submitted In Either Ms Word Or Pdf Format, Via Email To Contract Specialist, Sophie Rapo At Sophie.d.rapo.civ@army.mil And Contracting Officer Ronald Hughes At Ronald.e.hughes28.civ@army,mil, Nlt 21 January 2025 @ 1700, Eastern Standard Time (est).
do Not Include And Company Identifying Marks In Your Questions, As The Questions And Answers May Be Released To All Interested Vendors. Only Electronic Submissions Are Being Accepted Currently. Responses To This Rfi Shall Be Limited To 10 Pages Maximum.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Multi-purpose Building/ Facilities To Support Social Services - Construction Of Multi-purpose Building (day Care Center), Barangay Rizal, Saguday, Quirino Contract I.d. : 25bk0064 Brief Project Description 1 Storey Multi-purpose Building Scope Of Works : Construction Of Multi-purpose Building Other General Requirements • Permits And Clearances • Project Billboard/signboard • Occupational Safety And Health • Mobilization / Demobilization Earthworks • Structure Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Embankment From Borrow, Common Soil • Gravel Fill Reinforced Concrete • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault, Concrete/chb • Plumbing Fixtures • Cold Water Lines • Ceiling 4.5 Mm, Metal Frame, Fiber Cement Board • Flush Door • Doors, Wood Panel • Glass And Glazing • Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashings • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span • Floor Finishes • Cement Plaster Finish • Painting Works, Masonry/concrete • Painting Works, Steel • Reflective Insulation • Perforated Ceiling Panel • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Metal Structure Accessories, Turnbuckle • Metal Structure Accessories, Bolts And Rods • Metal Structure Accessories, Sagrods • Metal Structure Accessories, Cross Bracing • Metal Structure Accessories, Steel Plates • Structural Steel, Trusses • Structural Steel, Purlins • Railing Electrical • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures And Lamps Mechanical • Airconditioning, Package/split Type Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 111 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The 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. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From January 29, 2025 - February 19, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. 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. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 Not Later Than 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 13. Bid Opening Shall Be On February 19, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. 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. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No.9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino 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. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Closing Date19 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Municipality Of Alabel, Sarangani Province Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Province Of Sarangani Email: Bacalabelpr@gmail.com Tel. No. (083) 892-5626 Request For Quotation 1 1 Lot Drugs And Medicines 100 Box Amoxicillin 500mg Capsule 100's 60 Bottle Amoxicillin Trihydrate 100mg/ml Drops 10ml 60 Bottle Amoxicillin Trihydrate 250mg/5ml 60ml 30 Box Ampicillin Sodium 250mg Powder For Injection 10's 30 Bottle Cetirizine 2.5mg/ml Oral Drops 10ml 30 Bottle Cetirizine 5mg/ml 60ml 5 Box Dicycloverine 10mg Tablet 100's 3 Tube Erythromycin Ointment (opthalmic) 30 Box Ferrous Sulfate 60mg Elemental Iron With 400ug Folic Acid Tablet 100's 4 Box Gentamycin Solution For Injection 40mg/ml 10's 3 Box Hyoscine-n-butyl Bromide 10mg Tablet 100's 50 Bottle Lagundi (vitex Negundo) 300mg/5ml Syrup 60ml 50 Box Losartan 100mg Tablet 100's 50 Box Losartan 50mg Tablet 100's 50 Box Mefenamic Acid 500 Capsule 100's 10 Box Metformin 500mg 100's 5 Box Metrodinazole 500mg Tablet 100's 30 Box Mutlivitamins + Iron Capsule 100's 20 Box Oxytocin 10lu 10's 60 Bottle Paracetamol 100mg/ml Drops 10ml 60 Bottle Paracetamol 250mg/5ml Syrup 60ml 60 Box Paracetamol 500mg Tablet 100's 30 Box "vitamin B1 + Vitamin B6 + Vitamin B12 100 Mg + 5 Mg + 50 Mcg Capsule 100's" 5 Box Vitamin K 10vials/box 2 1 Lot Med., Dental & Lab Supplies 3 Box 1 Cc Syringe 100's 3 Box 10 Cc Syringe 100's 10 Piece Iv Cannula G. 18 10 Piece Iv Cannula G. 26 20 Bottle 70% Ethyl Alcohol (hypoallergenic W/moistorizer) (500ml) 25 Piece Cotton 100 Grams 6 Roll Cotton Roll 400g 7 Box Examining Non Powdered Nitrile Gloves (large) 2 Box Examining Non Powdered Nitrile Gloves (medium) 5 Box Examining Nonpowdered Nitrile Gloves (small) 3 Box Fluoride Varnish (5% Sodium Fluoride With Ncxp - 0.4ml) 5 Roll Garbage Bag, Black (m 60x81cm) 100's 4 Roll Garbage Bag, Green (m 60x81cm) 100's 4 Roll Garbage Bag, Yellow (m 60x81cm) 100's 8 Roll Garbage Plastic Bag (black) Large 100's 2 Gal Glutaldehyde Solution 5 Tube Lubricating Jelly 150g 2 Box Luer-lock Tip Three-part Syringe, 3cc, Blue Box 2 Box Luer-lock Tip Three-part Syringe, 5ml Blue Box (100's) 3 Roll Surgical Gauze Roll 24x28 Mesh 30 Piece Plaster Type (micropore) 3mm Roll 3 Gallon Povidone Iodine Solution 4 Bottle Sterile Water 1liter 1 Box Sterile Wooden Cotton Applicator 6" 200's 30 Pc Stool Container With Spoon 2 Box Surgical Gloves (size 6.5) 50's 2 Box Surgical Gloves (size 7.5) 50's 6 Box Surgical Suture Chromic 2/0 12's 2 Box Surgical Suture Chromic 3/0 12's 6 Box Suture 3/0 Nylon 12's ******nothing Follows***** Deadline Of Submission: February 18,2025 (late Bids Shall Not Be Accepted) Instructions/notes To Bidders: 1. Please Indicate The Following Information In Your Bid: A.) Company Name, Address, Tel.no./e-mail; B.) Philgeps Registration Certificate No. And Date Of Validity; C.) Bidder's Offer (technical Specification/brand) Per Item; D.) Unit And Total Price; E.) Name Of Bidder's Authorized Representatives; And F.) Signature And Date. 2. Bids/quotations Should Be Submitted Directly To The Bac Secretariat Office On Or Before The Deadline Of Submission. 3. Suppliers Are Required To Submit The Following Prior To The Notification By The Bac Of The Award: A.) Registration Certificate Number; B.) Mayor's/business Permit Or Its Equivalent Document; C.) Income/business Tax Return (for Abcs Above P500k); D.) Omnibus Sworn Statement (for Abcs Above P50k) E.)professional License/curriculum Vitae (consulting Services) F.pcab License (infra.) 4. Bids Should Be Valid For 60 Days Counted From The Deadline Of Submission. 5. Delivery Period: Thirty (30) Calendar Days For Small Value & Shopping And (7) Calendar Days For Emergency Procurement Upon Receipt Of Approved Purchase Order.
Closing Date18 Feb 2025
Tender AmountPHP 198.1 K (USD 3.4 K)
TECHNICAL EDUCATION & SKILLS DEVELOPMENT AUTHORITY TAYTAY, Tender
Electrical Goods and Equipments...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description 25 Pcs A4 Picture/certificate Wooden Frame 1 Pack Acetate Clear A4 Size 33 Box Backfold Clip 25 Mm 33 Box Backfold Clip 32 Mm 48 Box Backfold Clip 51 Mm 9 Box Ballpen Black 0.5mm 12pcs/box 10 Pcs Balikbayan Boxes (travel Boxes) Small 12x12x7.87 Inches 8 Packs Battery Aa 4s 130 Reams Bond Paper, Multi-purpose, A4, 70 Gsm 500sheets Per Ream 15 Reams Bond Paper, Multi-purpose, Legal, 70 Gsm 500sheets Per Ream 5 Reams Bond Paper, Multi-purpose, Short 8.5 Inches By 11 Inches, 70 Gsm 500sheets Per Ream 2 Packs Carbon Paper A4 10s Blue 9 Rolls Cartolina Assorted Color (neon Colors) 12s 3 Pcs Clipboard Long With Cover Wire Clip Pvc Material Vertical 2 Reams Colored Paper 80gsm Light Blue Legal Size 500sheets Per Ream 2 Reams Colored Paper 80gsm Light Blue A4 Size 500sheets Per Ream 50 Packs Colored Paper 80gsm Assorted Color A4 Size 10s 62 Pcs Correction Tape 50 Pcs Data File Folder, With Taglia Lock (blue) Horizontal 3'' 100 Pcs Data File Folder, With Taglia Lock (red) Horizontal 3'' 95 Pcs Data File Folder, With Taglia Lock (blue) Vertical 3'' 16 Rolls Double Sided Adhesive Tape Paper 1'' 6 Rolls Duck Tape Cloth Silver 48mm X 10m 65 Pcs Expanding Folder Long Color Green 5 Box Expanding Envelope Blue Legal Size, Color Royal Blue 100pcs/box 5 Pcs Expanded Plastic Envelope Long With Handle 1 Pc "extension Cord Set With Individual Switch 6-gang •surge (lightning) Protection • Built In Safety Breaker • Safe For General Use • Impact Resistant • Flame Retardant • 93% Copper • Universal Socket • 1.83 Meters Cord Length" 1 Pc "extension Wheel 15-meter Cord Length 2500w • Universal Heavy Duty Outlets • 10 Meters Cord Length • With Overheating Protection Button • Power Leakage/surge Protector Safety Breaker • Rapid Flame Retardant" 35 Packs File Dividers / Index Tabs Colorful A4 Size 200 Pcs Folder Long White (ordinary) 100 Pcs Folder A4 White (ordinary) 6 Pcs Glue 100g White Liquid Glue 13 Bot Hp Gt 53xl Black 9 Bot Hp Gt 52 Cyan 9 Bot Hp Gt 52 Yellow 9 Bot Hp Gt 52 Magenta 3 Cart Hp 955xl Black 1 Cart Hp 955xl Cyan 3 Pcs Hdmi 5 Meters 3 Pcs Hdmi 15meters 14 Bot Ink Cart, Epson 003, Black 14 Bot Ink Cart, Epson 003, Cyan 14 Bot Ink Cart, Epson 003, Yellow 14 Bot Ink Cart, Epson 003, Magengta 315 Pcs Magazine File Box Double, Without Divider And Color Blue (l- 15.5 Inches, W - 9.5 Inches) 15 Pcs Magazine File Box Small And Color Blue 10 Rolls Masking Tape 1" 10 Rolls Packaging Tape Brown 2" (48mmx50mm) 21 Box Paper Fastener, Plastic Coated 6 Box Pencil 5 Pcs Pencil Eraser 10 Pcs Point Permanent Marker Ultra Fine, Blue 3 Pcs Puncher, Heavy Duty 6 Pcs Record Book, 500 Pages 3 Box Rubber Band Big #18 350 Gms 7 Pcs Scissors 18 Rolls Scotch Tape Clear 1 Inch 15 Box Signpen 0.7mm Black Metal Point, 12pcs/box 17 Box Signpen 0.7mm Blue Metal Point, 12pcs/box 3 Pcs Stamp Pad Ink Black 30ml 5 Pcs Stamp Pad Ink Blue 30ml 9 Pcs Stapler Heavy Duty Flat Clinch (w X H X L) 7.4in X 1.13in X 2.7in 15 Box Staple Wire #35 3 Pcs Staple Wire Remover Plier Type 40 Packs Sticker Paper 50 Pads Sticky Notes Colorful 3x3 41 Pads Sticky Tabs 5 Reams Vellum Board White 180gsm A4 Size 100 Per Ream
Closing Date17 Feb 2025
Tender AmountPHP 247 K (USD 4.2 K)
5331-5340 of 5490 archived Tenders