Wood Tenders

Wood Tenders

Nueva Ecija University Of Science And Technology - NEUST Tender

Chemical Products
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 181 K (USD 3.1 K)
Details: Description Invitation To Submit Price Quotation The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Registered With The Philippine Government Electronic Procurement System (philgeps), To Quote Their Lowest Price For The Hereunder Contract, Subject To The General Conditions Stated Herein. Name Of Project: Customized Lei And Coffee Mug For Igp Purposes Location: Neust- Cabanatuan City Approved Budget For The Contract: Php181,000.00 Source Of Fund: Income Cost Of Bidding Documents: Php500.00 Item Description: One (1) Lot Item No. Qty Unit Item And Description 1 200 Pcs Asean Lei 2”x32” Multiple Color Double Fabric 2 300 Pcs 350ml Glass Coffee Mug Wooden Lid W/ Box Customized Engraved General Conditions Upon Submission Of Duly Accomplished And Signed Request For Quotation Form (annex “a”), The Following Documents Shall Be Attached. Failure To Comply/submit With Any Of The Following Requirements Shall Be A Basis For Disqualification: 1. Official Receipt Of Payment Of Bid Document 2. Certified True Copy Of Mayor's/business Permit 3. Certified True Copy Of Certificate Of Philgeps Registration 4. Certified True Copy Of Income/business Tax Return (for Abc’s Above P500k) 5. Omnibus Sworn Statement (oss), Duly Notarized 6. Spa Or Secretary’s Certificate If The Bidder Is An Authorized Representative, Duly Notarized All Quotations Shall Be Considered As Fixed Prices And Not Subject To Price Escalation During Contract Implementation. Any Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Supplier Or His/her Authorized Representative. The Bac Is Conducting The Alternative Mode Of Procurement (small Value Procurement) For This Contract In Accordance With Ra 9184 And Its Implementing Rules And Regulations (irr). The Quotation And Eligibility Documents Must Be Submitted In A Sealed Envelope On Or Before February 24 , 2025 4:00 Pm At The Procurement Office, Neust, Gen. Tinio St. Campus, Cabanatuan City. Fax Or Email Quotations Will Not Be Honored. Section 39 Of Ra No. 9184, Requires The Winning Bidder To Post A Performance Security, In Such Form And Amount Specified Under Section 39 Of The 2016 Revised Irr, Prior To The Signing Of The Contract As A Measure Of Guarantee For The Faithful Performance Of And Compliance With His Obligations Under The Contract Prepared In Accordance With The Bidding Documents The Neust Reserves The Right To Reject Any Or All Quotations, To Waive Any Minor Defects Therein, To Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Neust Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation. For More Information Concerning This Bidding, Please Contact: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neustproc.unit@gmail.com Approved By: Atty. Bembol Dl. Castillo Bac Chairperson

Municipality Of Sta cruz, Davao Del Sur Tender

Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 93 K (USD 1.6 K)
Details: Description **see Uploaded Rfq** Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -- Ooo -- Notice For Negotiated Procurement Small Value Procurement Of 1 Lot Furniture & Fixtures And Intercom (wireless, Atleast 20m Range) (for Accreditation Of Bagobo Cultural Village To Dot.) The Municipality Of Sta. Cruz, Davao Del Sur, Through The General Fund Of The Local Government Unit Intends To Apply The Sum Of Ninety Three Thousand Peso(s) (php 93,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 1 Lot Furniture & Fixtures And Intercom (wireless, Atleast 20m Range) (for Accreditation Of Bagobo Cultural Village To Dot.) /25-0226 - 0226-a. Financial Proposals Received In Excess Of The Abc Of Each Lot/entire Project And/or The Cost Per Item, Shall Not Be Accepted. In View Of This, The Municipality Of Sta. Cruz Invites All Interested Suppliers To Submit/email Quotations For The Above-cited Project Starting March 6, 2025 Until March 11, 2025. Please Submit/email Your Quotation On Or Before March 11, 2025 At 9:30am To The Bids And Awards Committee (bac) Secretariat. Item No. Qty Unit Items Approved Budget For The Contract (abc) 1.) 1 Pc Safety Deposit Box, Steel With Lock, Heavy Duty (1.5ft X 2ft) 3,100.00 2.) 5 Pcs Paper Towel With Dispenser 3,500.00 3.) 5 Pcs Water Dispenser With Empty Water Gallon (table Top) 5,000.00 4.) 30 Pcs Pillows, Medium Size, Micro Fiber 10,500.00 5.) 6 Pcs Mirror, 31" X 16", Wall Mirror 3,900.00 6.) 3 Pcs Cabinet (closet, 3ft-w, 5ft-l) Wooden 22,500.00 7.) 5 Pcs Bedside Lamps 2,500.00 8.) 3 Pcs Dresser With Chair (vanity With Mirror) W-2ft, L-4ft 12,000.00 9.) 3 Pcs Hot & Cold Shower, Heater W/o Faucet 24,000.00 10.) 3 Pcs Intercom (wireless, Atleast 20m Range) 6,000.00 Total 93,000.00 The Opening Of Quotations Is Hereby Scheduled On March 11, 2025 At 9:40am At The Office Of The Bac Secretariat, Municipal Hall, Sta. Cruz, Davao Del Sur. The Municipality Of Sta. Cruz, Davao Del Sur Reserves The Right To Accept Or Reject Any Bid/quotation At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/suppliers. For Further Information, Please Refer To: Ommi Kharzom L. Buat Bac Secretariat 0910 765 0089 Bac5stacruz@gmail.com Engr. Ray R. Sealana Chairman, Bac

Municipality Of Bindoy, Negros Oriental Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 610.3 K (USD 10.6 K)
Details: Description Invitation To Bid For Rehabilitation Of 3 Dilapidated Day Care Centers, Sitio. Matiabas, Bgy. Bulod, Brgy. Tagaytay And Sitio, Liboo, Brgy. Tagaytay, Bindoy, Negros Oriental (re-posting) The Municipality Of Bindoy, Through The Local Disaster Risk Reduction Management Office 70% Of The 5% Fund Intends To Apply The Sum Of Six Hundred Ten Thousand Three Fifty Seven Pesos & 33/100 (p 610,357.33) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of 3 Dilapidated Day Care Centers, Sitio. Matiabas, Bgy. Bulod, Brgy. Tagaytay And Sitio, Liboo, Brgy. Tagaytay, Bindoy, Negros Oriental (re-posting). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Bindoy Through Its Bids And Awards Committee (bac) Now Invites Bids From Eligible Bidders To Enter A Contract Based On The Award For The Rehabilitation Of 3 Dilapidated Day Care Centers, Sitio. Matiabas, Bgy. Bulod, Brgy. Tagaytay And Sitio, Liboo, Brgy. Tagaytay, Bindoy, Negros Oriental (re-posting) On March 03 To March 10, 2025. Item Description Quantity Matiabas 1 Portland Cement 32.00 2 Washed Sand 4.00 3 Gravel Passing 2"sieve 2.00 4 No. 16 G.i. Tie Wire 4.00 5 10mmøx6mm Rebars 26.00 6 12mmøx6mm Rebars 7.00 7 Corr. G.i. Sheets Ga. 26x8' 35.00 8 Plain G.i. Sheets Ga. 26x8' 4.00 9 1/4"x4'x8' Marine Plywood 25.00 10 3/4"x4'x8' Marine Plywood ( Facia ) 3.00 11 2"x2"x10' Coco (10 Pcs) 33.33 12 2"x4"x10' Coco (8 Pcs) 53.33 13 2"x3"x8' Coco (4 Pcs) 16.00 14 2"x3"x10' Coco (15 Pcs) 75.00 15 2"x2"x10' Good Lumber (5 Pcs) Cleats 16.67 16 2"x2"x10' Good Lumber (74 Pcs) 246.66 17 2"x3"x10' Good Lumber (36 Pcs) 180.00 18 2"x3"x8' Good Lumber (12 Pcs) 48.00 19 2"x4"x10' Good Lumber (10 Pcs) 66.67 20 2"x6"x10' Good Lumber (16 Pcs) 160.00 21 2"x6"x12' Good Lumber (2 Pc) 24.00 22 2"x6"x14' Good Lumber (4 Pcs) 56.00 23 2"x6"x8' Good Lumber (4 Pcs) 32.00 24 1 1/2" Finishing Nails 3.00 25 1" Finishing Nails 1.00 26 2 1/2" Cwn 3.00 27 2 1/2" Umbrella Nails 16.00 28 3" Cwn 14.00 29 4" Cwn 35.00 30 5" Cwn 8.00 31 4" Chb 450.00 32 Acrylic Flat Latex Paint (white) 8.00 33 Acrylic Roof Paint 8.00 34 Acrylic Semi-gloss Latex (white) 8.00 35 Concrete Neutralizer 2.00 36 Door Knob (good Quality) 4.00 37 Faucet 1/2"dia. (good Quality ) 2.00 38 Flat Wall Enamel (white) 5.00 39 G.i. Coupling, 1/2"dia. 3.00 40 G.i. Elbow, 1/2"dia. 6.00 41 G.i. Nipple, 1/2"dia X 3" 3.00 42 G.i. Pipe, 1/2"dia. X 20' S-40 3.00 43 G.i. Tee, 1/2"dia. 4.00 44 Gate Valve, 1/2"dia. Hd 1.00 45 Interior Semi-gloss Enamel (white) 5.00 46 Kalsomine Powder 15.00 47 Latex Tinting Colors, 250ml 8.00 48 Loose Pin Hinges (3"x3") W/ Screw 3.00 49 Loose Pin Hinges (3"x3") W/ Screw 3.00 50 Paint Brush 2" 2.00 51 Paint Brush 4" 2.00 52 Paint Roller 7" W/ Accessories 1.00 53 Paint Thinner 1.00 54 Plastic Floor Drain, 4"x4" 2.00 55 Putty Knife 2.00 56 Pvc Bend, 2"dia.x 45 Deg. 4.00 57 Pvc Bend, 2"dia.x 90 Deg. 4.00 58 Pvc Bend, 4"dia X 90 Deg. 2.00 59 Pvc Bend, 4"dia.x 45 Deg. 1.00 60 Pvc Clean Out Ferrule With Plug, 4"dia. 4.00 61 Pvc Door 0.70m X 2.10 2.00 62 Pvc Pipe, 2"dia.x10' 3.00 63 Pvc Pipe, 4"dia.x10' 3.00 64 Pvc P-trap, 2"dia. 3.00 65 Pvc P-trap, 4"dia. 1.00 66 Pvc Solvent, 250 Cc/can 1.00 67 Pvc Tee, 4"x2" 2.00 68 Pvc Tee, 4"x4" 2.00 69 Pvc Wye, 4"x2" 4.00 70 Pvc Wye, 4"x4" 2.00 71 Red Oxide Metal Primer 2.00 72 Sand Paper #120 25.00 73 Steel Brush 2.00 74 Teflon Tape 2.00 75 Vulca Seal (1 Liter/can) 1.00 76 Water Closet, Flush Type 2.00 77 Wood Treatment (solignum) 1.00 Proper Tagaytay 78 Portland Cement 20.00 79 Sand 3.00 80 1/2" X 4' X 8' Marine Plywood 7.00 81 1/4 X 4 X 8 Marine Plywood 24.00 82 3/4 X 4 X 8 Marine Plywood 14.00 83 1" X 2" X 8' Good Lumber (51 Pcs) 68.00 84 2" X 2" X 10' Good Lumber (3 Pcs) 10.00 85 2"x2"x10' Good Lumber (9pcs) 30.00 86 2"x2"x10' Good Lumber (39pcs) Cel. Joist 130.00 87 2"x2"x10' Good Lumber (9pcs) Hangers 30.00 88 2"x2"x8' Good Lumber (24 Pcs) 64.00 89 2"x6"x12' Good Lumber (2 Pcs) D Frame 24.00 90 2"x6"x6' Good Lumber (1 Pc) 8.00 91 3/4" X 3/4" X 10' Cove Mouldings 2.00 92 18 Pcs Jalousies 1.00 93 1"x1"x8' Lattice 20.00 94 4 " Cabinet Handle 3.00 95 Asstd. C.w. Nails 9.00 96 1 1/2" Finishing Nails 5.00 97 1" Finishing Nails 2.00 98 1-1/2" Cw Nails 2.00 99 2 1/2" Cw Nails 8.00 100 1" Cw Nails 1.00 101 3" Cw Nails 11.00 102 4" Cw Nails 9.00 103 12"x12" Ceramic Tiles 12.00 104 16"x16" Ceramic Floor Tiles (for Toilet) 285.00 105 8"x8" Ceramic Floor Tiles (for Toilet) 35.00 106 8"x8" Ceramic Wall Tiles 125.00 107 Acrylic Flat Latex Paint (white) 8.00 108 Acrylic Roof Paint 8.00 109 Acrylic Semi-gloss Latex (white) 8.00 110 Bedit 1.00 111 Blackboard Slating Paint 1.00 112 Concrete Neutralizer 2.00 113 Door Knob (good Quality) 2.00 114 Faucet 1/2"dia. (good Quality ) 1.00 115 Flat Wall Enamel (white) 5.00 116 Gate Valve, 1/2"dia. Hd 1.00 117 Interior Semi-gloss Enamel (white) 5.00 118 Kalsomine Powder 15.00 119 Latex Tinting Colors, 250ml 8.00 120 Loose Pin Hinges (3"x3") W/ Screw 10.00 121 Marine Epoxy A & B 1.00 122 Paint Brush 2" 4.00 123 Paint Brush 4" 7.00 124 Paint Roller 7" W/ Accessories 1.00 125 Paint Thinner 1.00 126 Patching Compound 19.00 127 Plastic Floor Drain, 4"x4" 1.00 128 Pre Fabricated Door 1.00 129 Pre-painted Gutter 10.00 130 Putty Knife 3.00 131 Pvc Coupling, 1/2"dia. 3.00 132 Pvc Door 0.70m X 2.10 1.00 133 Pvc Elbow, 1/2"dia. 5.00 134 Pvc Pipe, 1/2"dia. X 20' S-40 3.00 135 Pvc Solvent, 250 Cc/can 1.00 136 Quick Drying Enamel Paint 7.00 137 Quick Drying Enamel Paint 4.00 138 Red Oxide Metal Primer 4.00 139 Sand Paper 24.00 140 Sand Paper #120 25.00 141 Single Stainless Steel Sink (kitchen) 1.00 142 Stainless Flexible Hose 1.00 143 Steel Brush 2.00 144 Teflon Tape 2.00 145 Tile Grout 3.00 146 Tile Trim (8' Per Lgth) 3.00 147 Water Closet, Flush Type Good Quality 1.00 148 Wood Glue 6.00 Liboo Tagaytay 149 Portland Cement 16.00 150 Sand 2.00 151 3/4" X 3/4" X 10' Cove Mouldings 2.00 152 3/4"x4'x8' Marine Plywood 10.00 153 1/2" X 4' X 8' Marine Plywood 1.00 154 1/4 X 4 X 8 Marine Plywood 32.00 155 1" X 2" X 8' Good Lumber (3 Pcs) 4.00 156 2" X 2" X 10' Good Lumber (23 Pcs) 70.00 157 2"x2"x10' Good Lumber (39pcs) Cel. Joist 130.00 158 2"x2"x10' Good Lumber (9pcs) Hangers 30.00 159 2"x2"x8' Good Lumber (34 Pcs) 90.67 160 2"x3"x10' Good Lumber (10pcs) 50.00 161 2"x5"x6' Good Lumber (3 Pc) 15.00 162 2"x5"x8' Good Lumber (6 Pcs) 40.00 163 1 1/2" Finishing Nails 7.00 164 1" Finishing Nails 1.50 165 1-1/2" Cw Nails 3.50 166 3" Cw Nails 8.00 167 4" Cw Nails 12.00 168 Asstd. C.w. Nails 6.00 169 1"x1"x8' Lattice 10.00 170 28 Pcs Jalousies 1.00 171 8"x8" Ceramic Floor Tiles (for Toilet) 85.00 172 8"x8" Ceramic Wall Tiles 290.00 173 Acrylic Flat Latex Paint (white) 8.00 174 Acrylic Roof Paint 8.00 175 Acrylic Semi-gloss Latex (white) 8.00 176 Bedit 2.00 177 Blackboard Slating Paint 1.00 178 Concrete Neutralizer 2.00 179 Door Knob (good Quality) 2.00 180 Faucet 1/2"dia. (good Quality) 2.00 181 Flat Wall Enamel (white) 5.00 182 Gate Valve, 1/2"dia. Hd 1.00 183 Interior Semi-gloss Enamel (white) 5.00 184 Kalsomine Powder 15.00 185 Latex Tinting Colors, 250ml 8.00 186 Loose Pin Hinges (3"x3") W/ Screw 3.00 187 Marine Epoxy A & B 1.00 188 Paint Brush 2" 2.00 189 Paint Brush 4" 6.00 190 Paint Roller 7" W/ Accessories 1.00 191 Paint Thinner 1.00 192 Patching Compound 10.00 193 Plastic Floor Drain, 4"x4" 2.00 194 Pre-painted Gutter 10.00 195 Putty Knife 3.00 196 Pvc Coupling, 1/2"dia. 3.00 197 Pvc Elbow, 1/2"dia. 5.00 198 Pvc Pipe, 1/2"dia. X 20' S-40 3.00 199 Pvc Solvent, 250 Cc/can 1.00 200 Quick Drying Enamel Paint 3.00 201 Quick Drying Enamel Paint 4.00 202 Red Oxide Metal Primer 4.00 203 Sand Paper 16.00 204 Sand Paper #120 25.00 205 Stainless Flexible Hose 2.00 206 Steel Brush 2.00 207 Teflon Tape 2.00 208 Tile Grout 2.00 209 Tile Trim (8' Per Lgth) 3.00 210 Water Closet, Flush Type Good Quality 2.00 211 Wood Glue 3.00 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act. A Complete Set Of Bidding Documents May Be Required By Interested Bidders On March 03 To March 10, 2025, From The Bac Secretariat Upon Payment Of The Applicable Fee For The Bidding Documents Of One Thousand Pesos Only (p 1,000.00). Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 10, 2025, At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. The Bid Opening Shall Be On March 10, 2025, At 2:00 Pm At Municipal Planning And Development Coordinator Office (mpdc) Located At First Floor Lgu Building. 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. The Municipality Of Bindoy Reserves The Right To Reject 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. For Further Information, Please Refer To: Robert L. Amaro, Enp Bac Chairman Office Of The Municipal Planning And Development Coordinator Poblacion, Bindoy, Negros Oriental Mobile Contact Nos. 09274958041

Bureau Of Customs Tender

Furnitures and Fixtures
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 945 K (USD 16.2 K)
Details: Description Procurement Of Furniture And Other Office Fixtures (early Procurement Activity) Proposal-005mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Project Identification Number Proposal-005mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Identification Number Proposal-005mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2026 In The Amount Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00). 2.2 The Source Of Funding Is Fy 2026 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Other Office Fixtures For Fy 2026, With Abc Of ₱ 945,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Other Office Fixtures Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair 5 Laminated Wood Brown Office Table *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Other Office Fixtures Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Other Office Fixtures The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Other Office Fixtures Qty Product Offered Quotation 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair , Beige 5 Laminated Wood Brown Office Table __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And F) ☐ Original Duly Signed Omnibus Sworn Statement (oss) For Above ₱50000.00; And If Applicable/unless Needed, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)

City Of Bayawan Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 629.7 K (USD 10.8 K)
Details: Description Request For Quotation Rfq No. Svp 25-d-047 Date February 10, 2025 Pr Reference 200-25-02-069 Philgeps Reference No. End-user Deped Closing Date February 19,2025 February 20,2025 Bid Opening "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, 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). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item 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 "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). " 8 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. 9 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. 10 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. 11 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 25-d-047 Total Abc: Php 629,730.00 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 Purpose : Supply And Delivery Of Medical, Dental And Laboratory Supplies For Cviraa Health Committee Lot. I Medical Laboratory Supplies 1 Cotton Balls Container, Material: Plastic. Plastic Cotton Canister. 21 Piece 42.00 [ ] [ ] 2 "armsling, Size: Large " 107 Piece 140.00 [ ] [ ] 3 "hot & Cold Packs, Suitable For Both Cold And Hot Therapy (acceptable Temperature:-20~100°c) Remains Soft And Flexible After Freezing, Even In Temperatures As Low As -20°c Retains Heat Or Coolness For A Minimum Of 45-60 Minutes. Reusable" 30 Piece 560.00 [ ] [ ] 4 "padded Board Splint Set, Padded Board Splints Are Made Of 3 1/2"" Solid Wood Core. 1/2"" Padding On One Side Rounded Wood Corners For Safety And Comfort Covered With Heavy Duty Vinyl Sealed For Easy Clean-up And Disinfection Set Of Padded Board Splints Contains: (2) 15 Inch (2) 36 Inch (2) 54 Inch Item #560000 Comes With A Carrying Case Reusable Orange Vinyl Bag" 15 Set 3,500.00 [ ] [ ] 5 Straight Forcep, Medium 25 Piece 350.00 [ ] [ ] 6 Wheel Chair, Heavy Duty 1 Unit 11,200.00 [ ] [ ] 7 Glucometer, Compatible With Existing Strips (onetouch) 25 Unit 3,360.00 [ ] [ ] 8 Lancets, G23, 200pcs/box 10 Box 700.00 [ ] [ ] 9 "heavy Duty Foldable Portable Stretcher, Features : *sturdy And Safe: Equipped With Heavy Duty Straps With Over-sized Buckles For Secure Patient Transport. *the Folding Metal Frame Comes With Thick Rubber Pads To Prevent Scratching Of Floors. *suitable For Hospital, Gymnasium, Ambulance, Emergency Centers To Carry The Sick And The Wounded. *premium Quality: Industrial Strength Stretcher, Fireproof And Waterproot. *portable: Collapsible Design For Easy Storage, The Stretcher Can Be Folded To A Smaller Size For A Convenient Way To Carry For Outdoor Activities Or Sports. Specification: Material: Aluminum Alloy Size:200*54*18cm Size After Folding:100*30*10cm • Enter Store › Color:orange" 10 Unit 4,200.00 [ ] [ ] 10 Triangular Bandage, Size: 96cm X 96cm X 136cm 71 Pack 42.00 [ ] [ ] 11 "elastic Bandage , Size: 4 Inches With Hook Closure Made Of High-quality Material Breathable Fiber Bandage Hook Closure Design High Elasticity Washable And Reusable " 130 Piece 210.00 [ ] [ ] 12 Cotton Balls, 150pcs/pack 35 Pack 84.00 [ ] [ ] 13 Sterile Gloves, Size No. 7, 50 Pairs/box 3 Box 2,100.00 [ ] [ ] 14 Non-sterile Gloves, Large,100pcs/box 3 Box 1,400.00 [ ] [ ] 15 Face Mask, 3 Ply, Regular Facemask, 50 Pieces Per Box 61 Box 85.00 [ ] [ ] 16 Curve Forcep , Medium 25 Piece 350.00 [ ] [ ] 17 "lister Bandage Scissor , Type 5 1/2 Corrosion-resistant 410 Surgical Stainless Steel Floor Grade Good Quality" 25 Piece 350.00 [ ] [ ] 18 Adhesive Bandage , Hypo-allergenic, 1 Inch, 12 Pcs/box 3 Box 910.00 [ ] [ ] 19 Blood Glucose Test Strip, 25pcs/box, Compatible With Existing Glucometer One Touch 25 Box 1,400.00 [ ] [ ] 20 "bp Apparatus Set, Heavy Duty With Stethoscope (pedia)" 10 Set 6,300.00 [ ] [ ] 21 "pulse Oximeter, Patient Range. Adult And Pediatrics Patients. Spo2. Measurement Range. 70% - 100% ... Pulse Rate. Measurement Range. 30 - 235 Bpm. ... Display. Type. ... Alarm. Alarm. ... Mechanical. Dimension 60mm (l) * 34mm (w) * 30mm (h) ... Battery. Two Aaa 1.5v, 800mah Alkaline Batteries About 30 Hours. Environmental. Operation Temperature 5℃ - 40℃" 25 Piece 840.00 [ ] [ ] 22 "first Aid Kit Bag, - Outdoor Emergency Rescue -medical Supplies Bag -high-density Ripstop, Waterproof Fabrics -reflective Strips -carried On The Shoulder Or By Hand -many Pockets And Classification Compartment -material: Pvc Oxford -size: 33-35*23-24*13-14cm -type: Large Capacity -color: Red -with Embroidered Logo At The Front" 21 Unit 5,320.00 [ ] [ ] 23 Alcohol, Isopropyl, 70% Solution, 500ml 71 Bottle 140.00 [ ] [ ] 24 Hydrogen Peroxide, 10 Volume, 120 Ml 71 Bottle 42.00 [ ] [ ] 25 Povidone Iodine, 500ml/bottle 35 Bottle 406.00 [ ] [ ] 26 Gauze Pads, 4 In. X 4 In. Non-sterile, 8 Ply, 100pcs/box 21 Box 350.00 [ ] [ ] 27 "kidney Basin, Stainless Steel 10 Inches" 21 Piece 364.00 [ ] [ ] 28 Cervical Collar, Adjustable Cervical Collar Support Neck Brace 7 Piece 630.00 [ ] [ ] 29 Original Petroleum Jelly, 100 Ml 21 Piece 280.00 [ ] [ ] 30 "first Aid Kit Box, 4cm X 14cm X 14cm Heavy Duty Brand" 21 Piece 420.00 [ ] [ ] 31 Alcohol, Ethyl, 68%-72%, Scented, 500 Ml (-5 Ml) 150 Bottle 85.00 [ ] [ ] 32 Face Mask, 3 Ply, Fifty (50) Pieces Per Box 15 Box 175.00 [ ] [ ] 33 Nitrile Gloves, Disposable, 100pcs/box, Surgical Powder Free Gloves Latex, Medium 10 Box 360.00 [ ] [ ] 34 Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp2, Moulded Mask, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149, N95 (20 Pcs/box) 15 Box 770.00 [ ] [ ] ***nothing Follows*** ( 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

U S COAST GUARD USA Tender

Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 5340-01-641-9442 mount Resilient General Purposed utilized On 270 Class Cutter mfg: Alfa Laval part Number: 560131 02 quantity: 60 Each 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 333998 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 Alfa Laval 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 21 2025 At 10:00 Am Eastern Standard Time. Email Proposed Pricing: 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

U S COAST GUARD USA Tender

Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 5315-01-623-9066 key Woodruff multi Class Engine oem: Fairbanks Morse Defense part Number: 21512789 quantity: 04 Each item 2) nsn: 2910-01-134-6757 pump Fuel Booster oem: Fairbanks Morse Defense part Number: 23202810 quantity: 06 Each 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 333998 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 Fairbanks Morse Defense 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 23 2025 At 10:00 Am Eastern Standard Time 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

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 9999-01-682-3497 cylinder 70/40 Stroke utilized On The Fin Stabilizer For 154 Class Cutter mfg: Quantum Marine Engineering part Number: 304-07-070040-00-01-abs-c quantity: 20 Each 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 333998 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 Quantum Marine 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 21 2025 At 10:00 Am Eastern Standard Time. Email Proposed Pricing: 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

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 5330-01-295-5405 parts Kit, Seal Replacement end Use: 270 Wmec Red Gear L/o Cooler Model 654-1 Fh. Apl 03247670a1 Oil Cooler part Number: 6-1neo mfg: Kam Thermal quantity: 35 Each 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 2025-01 (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 Kam Thermal Equipment 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 Feb 06,2025 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

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4710-12-346-9716 tube Assembly Set Metallic fuel Line Set For The Main Diesel Generator engine mfg: Man Truck Bus part Number: 51.10303-6101 quantity: 10 Each item 1) nsn: 2910-12-346-9714 injector Fuel Assembly utilized On Main Ssdg Diesel mfg: Man Truck Bus part Number: 51.10100-7377 quantity: 45 Each 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 2025-03 (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 Man Truck Bus 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 Feb 20, 2025 At 10:00 Am Eastern Standard Time.email Proposed Quote 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
7831-7840 of 8476 archived Tenders