Advertisement Tenders

Advertisement Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: mario Hairston contract Specialist mario.hairston@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents 

University Of The Philippines Tender

Software and IT Solutions
Philippines
Details: Description Terms Of Reference Supply, Delivery, Installation And Commissioning Of Cloud-based Endpoint Security Solution For Up Manila 1. Background Of The Item To Be Procured 1.1. General Overview Of The Procurement Project This Project Aims To Address The Need For A More Robust Cybersecurity Infrastructure In The University. Since, There Are Many Devices And Servers In Up Manila Handling Sensitive Data (both At Rest And In-transit), There Is A Need To Procure A Comprehensive, Cloud-based Antivirus Solution To Safeguard Against Malware, Viruses, And Other Cyber Threats, Ensuring Data Integrity And Security Across All Offices Of Up Manila. 1.2. Brief Description Of The Item Procured The Project Aims To Procure Licenses For Cloud-based Endpoint Security Intended To Secure Devices And Servers To Ensure That Data At Rest And In-transit Are Secure From All Types Of Cyber Threats. Furthermore, Realizing The Gaps In Personnel And Resources, A Managed Detection And Response (mdr)-based Endpoint Security Solution Will Be Procured. 1.3. Project Cost 1.3.1. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Twenty-eight Million, Seven Hundred Forty-eight Thousand Pesos Only (php 28,748,000.00). The Breakdown Of The Cost Is As Follows: Description Count Estimated Price Total Price License For Desktops/laptops (36 Months Minimum) 1,300 Php 21,500.00 Php 27,950,000.00 License For Servers (36 Months Minimum) 19 Php 42,000.00 Php 798,000.00 2. Purpose Of The Procurement 2.1. Rationale With The Increasing Amount Of Cybersecurity Threats And Malicious Actors In Cyberspace, There Is A Need To Provide Protection At The Endpoint Level For Computer Data Stored At Rest And When In Transit Within The Up Manila Network. This Is Desperately Needed As Up Manila, An Academic Institution, Handles Highly Sensitive Government And Personal Data, Including But Not Limited To, Student Grades, Faculty Profiles, Procurement Contracts, Etc. The Lack Of An Endpoint Security Solution Leaves Us Vulnerable To Security Threats, And May End Up In Situations Similar To The Recent Happenings In Certain Government And Academic Institutions. 3. Mode Of Procurement The Mode Of Procurement Will Follow Competitive Bidding In Accordance With The Provisions Of R.a. 9184, Otherwise Known As The Government Procurement Reform Act. 4. Nature Of Procurement Goods And Services, Including Software And Licenses. 5. Scope Of Work And Technical Specifications 5.1. Scope Description Number Of Licenses Desktops/laptops 1,300 Server / Vm’s 19 5.1.1. Installation, Testing And Commisioning Of A Cloud-based Endpoint Security Solution For Computer Units And Servers Of Up Manila. 5.1.2. Must Be Able To Provide The Following Services: 5.1.2.1. 24/7 Expert-led Threat Monitoring And Response 5.1.2.2. Compatible With Third-party Security Products 5.1.2.3. Weekly And Monthly Reporting 5.1.2.4. Monthly Intelligence Briefing That Provides Insights Into The Latest Threat Intelligence And Security Best Practices. 5.1.2.5. Account Health Check 5.1.2.6. Expert-led Threat Hunting 5.1.2.7. Threat Containment: Attacks Are Interrupted, Preventing Spread 5.1.2.8. Uses Full Xdr Agent (protection, Detection, And Response) Or Xdr Sensor (detection And Response) 5.1.2.9. Direct Call-in Support During Active Incidents 5.2. Technical Specifications 5.2.1. Multi-platform Support • Supports Windows 11 With Backward Compatibility, Mac And Linux. • Endpoint Protection For Windows, Mac, And Linux Machines Must Be Managed From One Management Console. 5.2.2. 24/7 Threat Detection And Response • Must Have A Fully Managed 24/7 Service Delivered By Experts Who Detect And Respond To Cyberattacks Targeting Your Computers, Servers, Networks, Cloud Workloads, Email Accounts, And More. 5.2.3. Cybersecurity Delivered As A Service Enabled By Extended Detection And Response (xdr) Capabilities That Provide Complete Security Coverage Wherever Your Data Reside, The Mdr Service Must Be Able To: • Detect More Cyber Threats Than Security Tools Can Identify On Their Own • Must Have Tools That Automatically Block 99.98% Of Threats, Which Enables Mdr Analysts To Focus On Hunting The Most Sophisticated Attackers That Can Only Be Detected And Stopped By A Highly Trained Human. • Take Action On Behalf Of The Ims To Stop Threats From Disrupting Business Operations • Mdr Analysts Detect, Investigate, And Respond To Threats In Minutes — Whether You Need A Full-scale Incident Response Or Help Making Accurate Decisions. 5.2.4. Machine-accelerated Human Response Must Be Able To Fuse Machine Learning Technology And Expert Analysis For Improved Threat Hunting And Detection, Deeper Investigation Of Alerts, And Targeted Actions To Eliminate Threats With Speed And Precision. 5.2.5. Service Level Targets (slts) Must Have Established Slts To Ensure That The Team Is Meeting The Ims’ Expectations And Providing The Best Security Service To Protect The University. Slts Are Designed To Provide Guidelines Around Timing Expectations For Case Creation And Response Actions Resulting From Investigations. Must Have The Following Slts: • Target Time For Case Creation - 2 Minutes From Detection • Target Time For Initial Response Action - 30 Minutes From Case Creation 5.2.6. Integrated Management • Must Have A Unified Console For Managing Multiple Products Such As Advanced Endpoint Protection, Email Gateway, Server Security, Mobile Control, Network Firewall, Wireless, Encryption, Public Cloud Protection, Xdr, And Managed Detection & Response. • All Settings For These Products Including Policies Must Be Configured From A Single Management Console Without The Need To Access Additional Consoles. • Windows, Mac, And Linux Machines Must Be Managed From One Management Console. • Detection And Response Features Including Threat Analysis, Threat Detection, Threat Investigation, And Managed Threat Response Dashboard Must Be In A Single Console As The Endpoint & Server Protection And Other Managed Solutions. • Must Have The Option To Set Up A Local Cache Updating Server Within The On-premises Network Environment To Minimize Large Software Engine Update. Relay Must Communicate All Policy And Reporting Data To The Management Console. • Must Have The Option To Set Up A Relay On The Same Server As The Local Cache For Devices That Are Not Connected To The Internet. • Must Have An Option For Update Management Policy To Customize The Day And Time When Product Updates Become Available To All Or Selected Devices. Scheduled Must Not Affect Security Updates, Such As Identities Used To Protect Devices Against New Threats. 5.2.7. Multi-factor Authentication & Role Management • Mfa Must Be Enabled By Default Upon Creation Of Central Management Account. • Must Have The Option To Set Mfa:  All Admins Need Mfa  Select Admins Who Will Need Mfa  No Mfa Needed • Must Have An Option To Have Mfa Using Email, Sms, Google Authenticator, And Native Authenticator (by Proposed Solution). • Must Have The Capability To Customize Admin Roles. • Must Provide Admins The Capability To Assign Predefined Administrative Roles To Users Who Need Access To The Admin Console.  Super Admin  Admin  Help Desk  Read-only 5.2.8. Managed Detection And Response (mdr) Dashboard • Must Have Dashboard That Shows A Summary Of Threats Recently Detected And Investigated. • Must Have An Action Required Banner On The Dashboard That Is Shown When There Is A Notification About An Incident Or Incidents. • The Dashboard Must Have A Cases Section Where Notification Details Can Be Reviewed. • The Dashboard Should Also Include The Following:  Detections By Time Of Day (utc) Heat Map That Shows The Level Of Detections Each Hour.  Total Detections By Operating System That Shows The Number Of Detections For Each Os.  Mitre Att&ck Techniques Chart That Shows A Breakdown Of Attacks According To The Classifications Used In The Mitre Knowledge Base.  Detections Classification Summary That Lists The Five Most Frequently Detected Types Of Malicious Behavior, Along With The Number Of Each.  Most Investigated Devices That Show The Devices We've Investigated Most Frequently.  Active Cases That List Managed Threat Response Cases (investigations Into Potential Threats) That Are Currently Active.  Must Have A Report History Section Where Weekly And Monthly Reports Can Be Accessed And Provide Insights Into Security Investigations, Cyber Threats, And Security Posture. 5.2.9. Threat Response Mode Must Let The Ims Decide And Control How And When Potential Incidents Are Escalated, What Response Actions (if Any) The Ims Wants The Mdr To Take, And Who Should Be Included In Communications. 5.2.10. Collaborate The Collaborate Threat Response Mode Must Send The Ims Notifications Of Observed Activities, And Corresponding Recommendations. The Mdr Ops Team Will Investigate But No Response Actions Will Be Taken Without The Consent Or Active Involvement Of The Ims. Selecting Collaborate Gives You The Option To Have Some Response Actions Performed By The Mdr Ops Team And Others To Be Performed By Your Team Or Another Partner (e.g. An It Managed Service Provider). In This Mode, The Mdr Ops Team Must Receive Written Authorization Before Performing Response Actions. An Option Exists Under Collaborate That Authorizes The Mdr Ops Team To Operate In Authorize Mode If The Principal Does Not Receive An Acknowledgment After Attempting To Reach All Customer Defined Contacts By Phone. 5.2.11. Authorize The Authorize Threat Response Mode Must Send Notifications Of Observed Activities, But The Mdr Ops Team Will Proactively Manage All Containment Actions (with Full Neutralization For Mdr Complete Customers) On Behalf Of The Ims And Inform The Ims Of The Action(s) Taken. Selecting Authorize Means The Ims Want Us To Handle As Much Workload As Possible, Notify The Ims Of The Response Actions Taken, And Only Escalate Things That Require Specific Actions From The Ims That The Principal Is Unable To Take. 5.2.12. Free Integrations Security Data From The Following Sources Can Be Integrated For Use By The Mdr Operations Team At No Additional Cost. Telemetry Sources Are Used To Expand Visibility Across Your Environment, Generate New Threat Detections And Improve The Fidelity Of Existing Threat Detections, Conduct Threat Hunts, And Enable Additional Response Capabilities. Solution Must Be Open And Ready For Integration To Mdr And Management Console Given That The Following Technologies Are Licensed For Their Own Use: • Endpoint Protection, Xdr, Firewall, Cloud, Email Protection • Microsoft Security Tools – Microsoft Defender For Endpoint, Microsoft Defender For Cloud, Microsoft Defender For Cloud Apps, Microsoft Defender For Identity, Identity Protection (azure Ad), Microsoft Azure Sentinel, Office 365 Security And Compliance Center • Third-party Endpoint Protection – Compatible With: Microsoft, Crowdstrike, Sentinel One, Trend Micro, Blackberry (cylance), Broadcom (symantec) • 90-days Data Retention 5.2.13. Mdr Guided Onboarding Mdr Guided Onboarding Should Be Available For Remote Onboarding Assistance. This Service Provides Hands-on Support For A Smooth And Efficient Deployment, Ensures Best Practice Configurations, And Delivers Training To Maximize The Value Of The Mdr Service Investment. Ims Should Be Provided A Dedicated Contact From The Vendor Who Will Be With The Team Through The First 90 Days To Make Sure The Implementation Is A Success. Mdr Guided Onboarding Includes: Day 1 - Implementation: • Project Kick-off • Configuration • Build And Test The Deployment Process • Configure Mdr Integrations • Configure Vendor Ndr Sensor(s) • Enterprise-wide Deployment Day 30 - Xdr Training • Learn How To Think And Act Like A Security Operations Center • Understand How To Hunt For Indicators Of Compromise • Gain An Understanding Of Vendor Xdr Platform For Administrative Tasks • Learn To Construct Queries For Future Investigations Day 90 - Security Posture Assessment • Review Current Policies For Best Practice Recommendations • Discuss Features That Are Not In Use That Could Provide Additional Protection • Security Assessment Following Nist Framework • Receive Summary Report With Recommendations From Our Review 6. Deliverables/expected Outputs 6.1. Licenses 6.2. Staff Trained For Xdr 6.3. Documentation (user Manuals, Technical Manuals, Etc.) 7. Internal Implementation Steps 7.1. Vendor Selection Create Terms Of Reference, Plans, And Other Pertinent Documents. Conduct The Bidding Process And Select The Vendor That Is Capable Of Supplying The Needs Of The Project In Accordance With The Terms Of Reference. 7.2. Site Preparation Prepare Guidelines/memoranda On The Deployment And Mandating Of Use Of The Endpoint Security Solution. 7.3. Configuration And Deployment Configure Admin-side Tools And Deploy The Solution To All End Users. 7.4. Staff Training Select Ims Staff Will Undergo Xdr Training. 7.5. Monitoring And Assessment Determine Extent Of Deployment And Compliance. Review Security Policies And Conduct Security Assessment Following The Nist Framework Post-deployment. 8. Internal Responsibilities 8.1. Information Management Service (ims) 8.1.1. Site Preparation 8.1.2. Configuration And Deployment 8.1.3. Monitoring And Assessment 8.2. Human Resource And Development Office (hrdo) 8.2.1. Provide Ims With Updated List Of All Employees (faculty, Staff, Reps, Including Cos/jo) 8.3. Upm Faculty, Staff, And Reps (including Jo/cos) 8.3.1. Compliance With Memoranda, Policies, And Guidelines 8.3.2. Installation Of Software 9. Terms And Conditions 9.1. Indicate Brand, Model, And Country Of Origin. 9.2. Delivery Period – Ninety (90) Calendar Days Upon Acceptance Of Notice To Proceed (ntp). 9.3. Certification From At Least One (1) Government And/or Private Agencies Within Metro Manila Or The Philippines That They Have Been Supplied With The Same Brand Being Offered For At Least One Thousand (1000) Licenses. 9.4. List Of Projects In The Existing/ongoing Contracts And Project Cited In The Single Largest Completed Contract (slcc) Must Be Security-related Solutions (e.g. Firewalls, Endpoint Security, Etc.) 9.5. Notarized Certification From The Manufacturer And Bidder/contractor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Upon Here Will Be Honored By The Principal Manufacturer. 9.6. Notarized Certification That The Contractor/bidder And The Manufacturer Have Been In Business Relationship Of Providing That Said Product For At Least Five (5) Years. 9.7. Certificate Issued By The Product’s Principal Manufacturer Should Be Provided Indicating That The Contractor Is An Authorized Partner Of The Product Being Offered. 9.8. Certification That The Contractor Has At Least (2) Certified Engineers Issued By The Product’s Principal Manufacturer. 9.9. Manufacture And Warranty Certificate Issued By The Product’s Principal Manufacturer. 9.10. Certificate For Platinum Partner Of Product Being Offered Or Equivalent Issued By The Principal Manufacturer. 9.11. Contractor Must Have Information Technology Infrastructure Library (itil)- Certified Personnel To Guarantee Its Capability To Run Successful It- Enabled Products And Services. 9.12. Contractor Must Have Project Management Professional – Must Provide At Least Certificate Of Completion. 9.13. Other Inclusions – License Keys, Media Kit, Documentation In Hard And Soft Copies (as Applicable), Installation, Configuration And Testing. 9.14. One (1) Day Comprehensive Training Conducted By The Principal Manufacturer. 9.15. Three (3) Day Basic Knowledge Transfer Conducted By The Contractor For Five (5) Technical Staff On-site 9.16. Acceptance Parameters – Visual Inspection And Functional Testing 9.17. Payment Terms – Full Payment Upon Acceptance By The End-user. 9.18. Contract/license Period – At Least Thirty-six (36) Months For The Initial Contract, Renewable Annually Subject To R.a. 9184. 9.19. Additional Requirements For The Principal Manufacturer: 9.19.1. Principal Manufacturer Must Have A Cross-operational Unit That Will Link Together Threat Labs, Security Operations Team, And Ai Team To Better Defend From Increasing Complex Cyberattacks. This Operations Team Must Follow Its Own Investigative Framework Including Observation, Orientation, Decision, And Action Loop For Efficient Investigation And Response To Threats. Support Team Must Also Include Security Experts Such As Threat Analyts, Malware Analysts, Incident Responders, Data Scientists, And Threat Researchers. 9.19.2. Principal Manufacturer Must Have An Expert Team That Stops Advanced Human-led Attacks And Can Take Action To Neutralize Threats Before They Can Disrupt Business Operations Or Compromise Sensitive Data. It Must Be Customizable With Different Service Tiers And Can Be Delivered Via Vendor- Proprietary Technology Or Using Existing Cybersecurity Technology Investments. This Includes Endpoint Ransomware Protection Against Both Local And Remote Threats. 9.19.3. Principal Manufacturer Must Be The Highest Rated And Most Reviewed Mdr Solution On Gartner Peer Insights. 9.19.4. Principal Manufacturer Must Be Rated A Leader Across All Five Cybersecurity Categories In G2’s Spring 2023 Report. 9.19.5. Principal Manufacturer Must Be Named The Top Overall Mdr Solution By G2 In Their Winter 2023 Report. 9.19.6. Principal Manufacturer Must Not Have Had Any Major Incident That Resulted In Significant Downtime. 10. General Contract Conditions In Addition To Relevant Provisions Of R.a. 9184, The Following Shall Be Considered Additional Contract Conditions: 10.1. Contract Documents The Complete Contract Between The Contractor And The Up Manila Includes The Following Documents As Applicable: The Advertisement For Bids, The Complete Request For Proposal (or This Terms Of Reference), The Bid Of The Contractor And Its Acceptance By The Up Manila, The Contractor’s Bid Bond, The Contract And All Amendments Thereto. Any Of These Documents Shall Be Interpreted To Include All Provisions Of Other Documents As Though Fully Set Forth Therein. 10.2. Liquidated Damages Time Is Of The Essence For Completion Of This Project. It Would Be Difficult Or Impractical To Determine Actual Damages Arising From The Contractor’s Failure To Complete The Service Within The Specified Installation Time. Therefore, If Through No Fault Of The Up Manila, The Contractor Fails To Complete The Installation Within The Period Specified In The Contract, Then The Contractor Shall Pay The Up Manila Liquidated Damages Computed In Accordance With The Provisions Of R.a. 9184. Liquidated Damages May Be Deducted By The Up Manila From Monies Due The Contractor Under The Contract. 10.3. Contract Period This Agreement Shall Remain In Effect During The License Period Unless Otherwise Pre-terminated By Either Party In Writing Thirty (30) Days Prior To Expiry Of This Agreement. This Agreement May Be Extended At The Option Of The Client, Or Renewed For An Additional Period Subject To Terms Mutually Agreeable To Both Parties Subject To R.a. 9184. 10.4. Termination For Cause Either Party May Terminate This Agreement For Cause As Follows: Upon Providing Written Notice To The Other Party If The Other Party Breaches Any Material Term Or Condition Of This Agreement And Such Breach Remains Uncorrected For Thirty (30) Days Following The Written Notice From The Non-breaching Party Specifying The Breach; Or By Providing Written Notice To The Other Party At Any Time If The Other Party (a) Terminates Or Suspends Its Business; (b) Becomes Subject To Any Bankruptcy Or Insolvency; (c) Becomes Insolvent Or Subject To Direct Control By A Trustee, Receiver Or Similar Authority; Or (d) Has Wound Up Or Liquidated, Voluntarily Or Otherwise. 10.5. Effect Of Termination In The Event Of Termination Of This Agreement For Any Reason: The Client Shall Remain Liable To Provider For All Service Fees Accrued Prior To Such Termination. The Provisions Of Data Privacy And Confidentiality Shall Survive The Termination Of This Agreement. 10.6. Basis Of Award The Evaluation Of The Bids And Proposals And Ultimately The Vendor Award Is Based On The Technical Specifications, And The Terms And Conditions. The Lowest Calculated And Responsive Bid That Meet All Technical Specifications, And The Terms And Conditions Will Be Selected In Accordance With R.a. 9184. 10.7. Confidentiality Provider Agrees That It Is Absolutely Prohibited To Disclose, Release, Sell Information, Or Allow Other Parties To Obtain A Copy Of Any Data From The System For Any Purpose Other Than That Permitted Or As Required By Law. 10.8. Data Ownership Provider Agrees That All The Client’s Data That Are In Provider’s Care Or Custody Are Rightfully Owned By The Client Even After The Termination Of This Agreement. Upon Termination Or Expiration Of The Agreement, Provider Shall Turn Over All Data To The Client And Destroy And Not Retain Any Copy Thereof.
Closing Date27 Jan 2025
Tender AmountPHP 28.7 Million (USD 490.2 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania. project Description: the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus. the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Library And Archives Canada Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Definition Of The Requirement The Department Of Library And Archives Canada Has A Requirement For He Work Described Herein Is Being Done To Support The Audiovisual Digitization Activities Undertaken By Digital Operations And Preservation Branch, Lac. Without These Services, There Would Be No Conservation Copying Of Historically Significant Audio And Video Recordings Held On Reel-to-reel, Dat, Svhs And Disc Formats. The Digitization Of These Formats Requires The Use Of Well-maintained, Specially Modified Equipment That Has Not Been In Production For Over 15 Years Nor Supported By Any Manufacturer In The Last 10 Years. The Required Services Include The Repair Of Studer Reel To Reel Reproducers, Panasonic Professional Dat Recorders, Otari Cassette Players, Svhs Machines And Archival Turntables. Specifically This Includes: • 15 Studer A810 Reel To Reel Reproducers (serial Numbers: 5785, 7152, 7154, 7815, 4555, 5383, 5302, 5307, 3517, 7149, 5944, 3261, 6629, 6006, 6104) • 4 Studer A807 Reel To Reel Reproducers (serial Numbers: 2518, 4090, 4133, 12029) • 3 Studer A827 Reel To Reel Reproducers (serial Numbers: 1462, 1062, 1305) • 3 Panasonic Sv3700 Professional Digital Audio Decks (serial Numbers: Aaoi01921, Aa4b16703, Aa0k101222 • 3 Otari Das-2c, High Speed Cassette Tape Players • 3 Jvc Professional Svhs Playback Decks (serial Numbers: 800579, 801099,800659) • 2 Simon Yorke Designs Professional Archival Turntables • 1 Simon Yorke Designs Compact Archival Turntable • 4 K&l Archival Professional Archival Turntables. • Plus Any Studer Reel To Reel Reproducers, Dat Machines, Otari Machines, Turntables And Svhs Machines Lac Acquires Over The 3 Years Of This Contract. 3. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements) Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: 1) Five Years Of Experience In The Last 15 Years Conducting Professional Installation, Repair, Modification And Maintenance Of Legacy Broadcast And Industrial Audio Machinery. 2) Knowledge And Understanding Of The Operation And Maintenance Of Studer Reel To Reel Machines, Panasonic Dat Machines, Otari Cassette Machines, Jvc Svhs Machines And Simon Yorke Designs Professional Archival Turntables. 3) A Diploma/degree In Related Field (i.e. Electronics Engineering Technologist Diploma) 4) Certified Factory Training On Panasonic Sv-3700 Professional Dat Playback Decks. 5) Certified Industrial/professional Training On Jvc Svhs Playback Machines. 4. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Subject To The Following Trade Agreement(s) O Canadian Free Trade Agreement (cfta) O World Trade Organization - Agreement On Government Procurement (wto-agp) O Canada-european Union Comprehensive Economic And Trade Agreement (ceta) O Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) O Canada-chile Free Trade Agreement (ccfta) O Canada-colombia Free Trade Agreement (ccofta) O Canada-honduras Free Trade Agreement (chfta) O Canada-korea Free Trade Agreement (ckfta) O Canada-panama Free Trade Agreement (cpafta) O Canada-peru Free Trade Agreement (cpfta) O Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) O Canada-ukraine Free Trade Agreement (cufta) 5. Justification For The Pre-identified Supplier The Proposed Supplier Has Unique Experience In The Construction, Repair And Modification Of Reel To Reel, Dat, Cassette, Svhs And Archival Turntable Equipment. The Proposed Supplier Has Proven Unique Expertise And Skills In The Manufacture Of Replacement Parts For Obsolete Audio Equipment, The Manufacture Of Precision Equipment Within Exacting Standards Required For Legacy Analogue And Digital Audio Playback, Demonstrated Knowledge Of Audio Electronics As Related To Magnetic Tape Playback, Amplification And Turntables, Demonstrated Knowledge Of The Custom, Equipment Modifications Required As Related To Playback Speed, Playback Equalization, Alignment And Calibration, Skills In The Construction Of Custom Equipment For Obsolete Tape And Grooved Media Formats, And In Problem Solving Solutions To Archival Audio Equipment. 6. Government Contracts Regulations Exception(s) The Following Exception(s) To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6(d) - "only One Person Is Capable Of Performing The Work". 7. Exclusions And/or Limited Tendering Reasons The Following Exclusion(s) And/or Limited Tendering Reasons Are Invoked Under The (section Of The Trade Agreement(s) Specified): A. Canadian Free Trade Agreement (cfta) – Article 513.1(b) B. Revised World Trade Organization - Agreement On Government Procurement (wto-agp) – Article Xiii.1.b C. Canada-european Union Comprehensive Economic And Trade Agreement (ceta) – Article Xiii.1.b D. Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) – Article15.10.2.b E. Canada-chile Free Trade Agreement (ccfta) – Article15.10.2.b F. Canada-colombia Free Trade Agreement – Article 1409.1.b G. Canada-honduras Free Trade Agreement – Article 17.11.2.b H. Canada-korea Free Trade Agreement – Article 22.1.3.b I. Canada-panama Free Trade Agreement – Article 16.10.1.b J. Canada-peru Free Trade Agreement (cpfta) – Article 1409.1.b K. Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca) – Article 10.13.1.b L. Canada-ukraine Free Trade Agreement (cufta) – Article 10.13.1.b 8. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of Five (5) Years, From April 1, 2025 To March 31, 2030. . 9. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $250,000.00 (gst/hst Extra). 10. Name And Address Of The Pre-identified Supplier B & L Electronics 22 Lachaine Street Embrun, On K0a 1w0 Phone: 613-518-6944 11. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 12. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 21, 2025 At 2:00 Pm Edt. 13. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Anne-marie Aubry Procurement Team Leader 550 De La Cité Blvd. Gatineau, Qc J8t 0a7 Telephone: 873-353-7351 E-mail: Receptiondesoumission-bidreceiving@bac-lac.gc.ca
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Irrigation Work, Construction Material
United States
Details: W912ee - The Usace Vicksburg District Is Seeking To Identify Qualified And Capable Contractors With The Capability And Capacity To Perform The Scope-of-work Indicated, Who Are Capable Of Mobilizing Immediately With Sufficient Floating Plant To Meet The Stone Placement Production Rates Required. The Vicksburg District Is Seeking To Advertise To Award A Two-year Single Award Task Order Contract (satoc) With An Estimated Capacity Of $30,000,000 With A Minimum Guarantee Of $8,000,000. This Procurement Will Require 100% Bonding For All Task Orders Issued Under This Award. the Work To Be Performed Is Described Below. Based Upon Response To This Announcement, The Government May Determine To Set This Acquisition Aside Or Proceed With An Unrestricted Solicitation. The Applicable North American Industry Classification System (naics) Code Is 237990-other Heavy And Civil Engineering Construction, And The Related Small Business Size Standard Is $45.0m. this Notice Is Not A Request For Proposal And The Information Presented In This Announcement Will Not Obligate The U.s. Army Corps Of Engineers In Any Manner. project Specific Details: work Location: Mississippi River, River Miles 616 And 326 A.h.p.- Stone Repairs the Work Consists Of Furnishing All Plant, Labor, Materials, And Equipment Needed, And Performing All Stone Repairs To Revetments And Dikes At Various Locations On The Mississippi River Between Miles 616 And 326 A.h.p. Principal Features Of Work Include Grading; Earth Or Sand Fill, And Subgrade Excavation; Stone Paving, Stonefill And Subaqueous Stone Placement; Removing Pavement; Breaking Out Paving; Rearranging Disarranged Concrete Paving; Degrading Of Stone Along Revetments And/or Stone Bendway Weirs; Repair To Dikes, Including Placement Of Stone Fill In Specified Areas Of Minor Damage And Stone Paving Protection; And Environmental Protection. In Addition, Some Stone Dike Locations Will Require Extensive Stone Repairs. This Work Will Be Performed In The Mississippi River And Varying Water Depths, Usually Over 20 Feet, And Strong Currents May Be Encountered. Currents Usually Encountered At The Sites Of The Work During Low Water Period May Vary From About One Mile Per Hour To Six Miles Per Hour, But Could Be Higher. the Contractor Shall Be Required To (a) Commence Work Within 10 Calendar Days After The Date Of Receipt Of Notice To Proceed, (b) Prosecute The Work Diligently, And (c) Complete The Work Ready For Use Not Later Than The Time Required To Complete The Entire Project By Maintaining An Average Stone Placement Rate Of Not Less Than 800 Tons Of Stone Placement Per Calendar Day For Revetment Stone Repair, 1,200 Tons Of Stone Placement For Dike Stone Repair, And 400 Tons Of Stone Placement For Large Dike Bank Head Repair, the Contractor Shall Be Competent In Placing Stone On The Mississippi River In Rapid Flowing River Conditions With Varying Water Depths. the Estimated Tonnages Are Based On The Best Information Available At This Time And May Vary Due To Site Conditions. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address. 2. Cage Code And Uei. 3. Firm's Interest In Participating In The Solicitation, If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service-disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Or Other Than Small Business (large Business). 5. Firm's Joint Venture Information (if Applicable). 6. Bonding Information (provide Bonding Limits On The Bonding Company's Letterhead): A. Single Bond B. Aggregate C. Point Of Contact For The Bonding Company 7. If Depending On Sub-contractor Capability The Interested Party Shall Submit A Letter Of Commitment From The Sub-contractor. 8. Equipment List Of Floating Plant Capable Of Performing The Scope-of-work. 9. Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Capability To Meet All Requirements Stated Above. include Your Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years. The Provided Information Shall Include The Following: A. Brief Description Of The Project B. Customer Contact Information C. Outcome Of The Project C. Timeliness Of Performance E. Dollar Value Of The Completed Projects capability Statements Shall Describe Past Work Experience And Capability Of Work That Your Firm Has Performed As The Prime Contractor In The Areas Listed Below, That Were Performed Under One Contract. Include The Total Amount Bonded By The Submitting Firm As The Prime Contractor. Projects Must Have Been Bonded By The Submitting Firm As The Prime Contractor To Be Considered. Detail What Work Was Self-performed And What Percentage Of Work Was Subcontracted. At Least Three (3) Projects Should Be Provided To Demonstrate Competency And Experience In The Required Areas Of Work. Narratives Shall Be No Longer Than Ten Pages. areas Of Work Involving Characteristics That Are Similar To The Types Of Work Described Herein: • River-based Training Structure Construction And Repair In Conditions Such As Would Be Encounter On The Mississippi River (deep Water And Strong Currents). • Construction On A Commercially Active Navigation Channel • Placing Graded Stone A (5,000-pound Maximum Size Stone) • Monitoring Surveys • Developing Quality Assurance Project Plans • Under Water Stone Paving In Over 20-feet Depths technical Questions: 1. Describe Similar Projects You Have Experience Constructing That Demonstrate Your Capabilities To Successfully Perform This Contract. If You Are Relying On A Subcontractor’s Experience, Describe Your Subcontractor’s Relevant Experience, Your History In Successfully Working On Other Contracts With This Subcontractor, And What Experience You Have As A Prime Contractor Managing Similar Contracts. 2. What Features Of Work Would You Self-perform And What Features Of Work Would You Subcontract Out? 3. What Equipment Do You Or Your Subcontractor Own And What Equipment Would You Have To Lease In Order To Successfully Perform This Contract? 4. What Stone Source Quarries Would You Work With To Ensure Consistent Stone Supply And Delivery During Construction To Meet The Production Rates Stated In The Sources Sought Notification? 5. Do You Currently Employ Any Key Field Management Personnel Such As Superintendents, Quality Control, Or Ssho's With Experience Placing Stone For Construction Or Repair Of Stone Dikes And Revetments In Strong Currents Similar To The Scope Provided With The Sources Sought Notice? If So, Please Provide A Brief Description Of Their Roles And Relevant Experience. submit To: submission Shall Be Via Email To Kasey T. Davis, Contract Specialist At Kasey.t.davis@usace.army.mil And Copy Furnish R. Ellis Screws, Contracting Officer, At Ellis.screws@usace.army.mil. responses Should Be Sent As Soon As Possible, But Not Later Than 2:00 Pm Central Time, Wednesday, 22 January 2025. Please Use The Following Subject Line For The Email: “panmvd-25-p-0000-2191 – Stone Repairs Fy25”. Telephone Inquiries Will Not Be Accepted Or Acknowledged. all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Maintain An Active Registration For The Duration Of The Contract To Be Eligible For Award Of Government Contracts.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500507 Title Ged 1525 Comprehensive Tool Troley Description 2 Each X Ged 1525 Comprehensive Tool Troley 1 Each X Ctek Lithium Xs 12v-5a Battery Charger Specification* Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Please Supply. 1525- Gedore Or Eq Tool Assortment 155 Pieces D ## Ideal For The Professional Workshop. ##rigid Sheetmetal Structure. ##five Standard And Two Deep Easy-slide Drawers Incorporating Extra Strong Ball Bearing Slider Mechanisms. ##central Drawer Locking Mechanism. ##two Swivel Castors (one With Safety Brake) For Maximum Mobility And Safety. ##handle For Easy Manoeuvrability. ##load Capacity Of 300kg. ##load Capacity Per Drawer 35kg. ##blue And Grey Powder Coated. ##drawer Latch Incorporated Into Each Drawer. ##l=758 X W=602 X H=914mm. 661325 1525 Comprehesive - With Tools 1525 1b 6-24 Spanners (18) 60cp-250 Shifting Spanner C19 8-32 Sockets (24) No.50/20.8 Spark Plug Skt 1987 Sliding T-bar In19 5-19 Sockets (10) Tx19 E10-24 Sockets (8) 1990/75mm Extension 1990/125mm Extension 1990/250mm Extension Itx19 T20-t50 Sockets (7) No.20 4-13 Sockets (11) 2093z/94 Rev. Ratchet 2098 Driving Handle 1993-u10t Rev. Ratchet 1997/375mm 1995 Universal Joint 8000/a21 Circlip Pliers 8000/j21 Circlip Pliers 8000/a2 Circlip Pliers 8000/j2 Circlip Pliers 137/250 Vice Grip 145/250 Universal Pliers 8132/200jc Telephone Pliers 8250/200jc Combination Pliers 8316-200 Jc Side Cutters 42/88m Allen Key Set 43tx/09 Torx® Allen Key Set 2150 4-150 6.5 6.5-200 8 2153 5.5 2160 Ph1 Ph2 Ph3 2161 Ph2 400 8 X 10 Flare Nut Spanner 400 11 X 13 Flare Nut Spanner 400 12 X 14 Flare Nut Spanner 400 17 X 19 Flare Nut Spanner 400 22 X 24 Flare Nut Spanner 26r Tubular Box Spanners - 8x9 10x11 12x13 14x15 26rs/2 Stepped Tommy Bar 403 Hacksaw 9000.00 Digital Vernier No.702/21m Feeler- Gauge Set 9100.00 Utility Knife 9534.05 Tape Measure 267/40 Recoil Free- Hammer 8601/500g Ball Pein- Hammer 106 Chisel <(>&<)> Punch- Set (6-piece) 95/200 Flat Chisel * Please Supply Ctek Lithium Xs 12v-5a Battery Charger Or Eq Specifications Additional Information Delivery <(>&<)> Warranty Faqs Ambient Temperature -20° C To +50° C Type Of Charger 8-step, Fully Automatic Charging Cycle Charging Voltage 14.4 (normal) / 14.7 (agm) / 15.8 (recond) / 13.6 (supply) Vdc Type Of Battery 12 V Lead-acid Batteries Charging Current 10 A Max Input Voltage 230 V @ 50 Hz The Lithium Xs Is Specially Designed For Lithium (12v Lifepo4) Batteries. With Up To 5a Of Charge Current Available, It Can Charge L Ifepo4 Batteries From 5ah To 60ah And Maintain Up To 120ah. It's Easy To Use#just Connect It And Charging Starts Immediately. There's No Need To Disconnect Your Battery, And Any Low Voltage Protection Electronics Will Be Reset Automatically. The Lithium Xs Is A 'connect And Forget' Charger With 8 Charging Steps, A Testing Sequence That Tells You If The Battery Can Take And Retain The Charge, A Unique Maximization Step To Restore Full Capacity, And Patented Maintenance Charging For Maximum Performance, Even After Months Of Inactivity. Features Reverse Polarity Protection Splashproof And Dustproof (ip65) Delivery Date2025/02/28 Delivery Tosupport Services Suse Delivery Address0000 Suse, Cape Town Contact Person M Devajee Telephone Number0822247058 Cell Number Closing Date2025/01/15 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Jefferson Parish Government Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
United States
Details: Corrected Postponed Due To Winter Weather Public Notice Soq 24-039 The Parish Of Jefferson, Authorized By Resolution No.145367 Is Hereby Soliciting Statements Of Qualifications (tec Professional Services Questionnaire) From Persons Or Firms Interested And Qualified To Provide Professional Engineering Services Related To The Design And Construction Of The 6th Street Bridge At Keyhole Canal (council District 2). Deadline For Submissions: 3:30 P.m., January 31, 2025 General The Scope Of Work Associated With This Project Consists Of The Replacement Of The 6th Street Bridge At Keyhole Canal And Incidental Work As Needed. Project May Include The Following Supplemental Services: Load Rating In Accordance With The Ladotd Bridge Design And Evaluation Manual, Surveying, And Geotechnical Services. Compensation Compensation For The Required Design Services Will Be Made On An Hourly Rate Basis Or A Fixed Fee Basis, Or A Combination Of Both, Depending On Scope And Complexity Of The Work. The Parish Reserves The Right To Determine The Method Of Payment (hourly Or Fixed) For Each Individual Assignment. For Hourly Rate Work, The Firm Shall Be Compensated By The Appropriate Jefferson Parish Department On The Basis Of Their Certified And Itemized Burdened Rate In Accordance With Guidelines Established In The Ldotd Standard Rates Contained In Attachment “a” To The Standard Professional Services Agreement For Jefferson Parish. A Copy Of Attachment “a” May Be Obtained By Calling The Jefferson Parish Department Of Capital Projects At (504) 736-6833. For Fixed Fee Work, The Fee Shall Be Negotiated With The Firm By The Jefferson Parish Department Of Engineering And Shall Be Mutually Agreeable To Both Parties. Compensation For Supplemental Services, If Required, Shall Be In The Form Of A “lump Sum” Or Hourly Rate For Each Supplemental Service, Which Shall Be Mutually Agreeable To The Parish And The Consultant. All Costs Associated With This Project Shall Be Subject To Jefferson Parish Review And Approval. Minimum Requirements For Selection The Persons Or Firms Under Consideration Shall Have At Least One (1) Principal Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana. A Subcontractor May Not Be Used To Meet This Requirement. (section C. Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have A Professional In Charge Of The Project Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana With A Minimum Of Five (5) Years’ Experience. A Subcontractor May Not Be Used To Meet This Requirement. (section K. “professional In Charge Of Project:”; Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have One (1) Employee Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana In The Applicable Discipline Involved. A Subcontractor May Meet This Requirement Only If The Advertised Project Involves More Than One Discipline (section D. Of Tec Professional Services Questionnaire). With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Evaluation Criteria The Following Criteria Will Be Used To Evaluate Each Firm Submitting A Statement Of Qualifications: Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project - 35 Points; Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel. – 20 Points; Past Performance On A Project In Which The Person Or Firm Assisted A Governmental Entity In Dealings With Disaster Recovery And Any Other Projects Relating To Cdbg - 10 Points (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References. Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).) Location Of The Principal Office Shall Only Factor Into The Evaluation Criteria If Adequate Competition (two Or More Firms That Are Responsive And Responsible) Are Located Within Jefferson Parish; Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; Project Will Include Federal Disaster And Resiliency Funds And Therefore Will Include Associated Federal Requirements, Including Section 3, As Applicable. Statements Of Qualifications From Minority, Female-owned, And Local Firms / Individuals Are Invited. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform These Professional Services. All Firms (including Sub-consultants) Must Submit A Statement Of Qualifications (tec Professional Services Questionnaire). Please Obtain The Latest Questionnaire Form By Calling The Purchasing Department By Telephone At (504) 364-2678 Or Using Our Web Address: Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. The Firms Submitting A Statement Of Qualifications (tec Professional Services Questionnaire) Must Identify All Sub-consultant Firms Which They Expect To Use To Provide Professional Services, And Submit A Statement Of Qualifications (jefferson Parish Tec Professional Services Questionnaire) For Each Sub-consultant Firm. (refer To Jefferson Parish Code Of Ordinances, Section 2-928). No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: December 4, 11, 18, And 25, 2024, And January 15, 2025 Corrected Postponed Due To Winter Weather: January 29, 2025
Closing Date31 Jan 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500124 Title Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Description 1 Each X Cct32804-clutch Pedal Rubber 8 Each X Cct32804-rear Shackle Bushes(rear Of Rea 2 Each X Cct32804-rear Shocks 2 Each X Cct32804-12v 5w Wedge Bulb (small) 1 Each X Cct32804-mirror Plate Polish(shield) 1 Each X Cct30037-oil Filter Z350 1 Each X Cct30037- Set Front Brake Pads 2 Each X Cct30037-rear Wheel Cylinders 1 Each X Cct30037- Rear Wheel Stud & Nuts 1 Each X Cct30037-2meter Windscreen Washer Pipe 2 Each X Cct33325-wiper Blade 18'' 2 Each X Cct33325-number Plate Bulb (501) 2 Each X Cct33325-wheel Stopper (complete With Ca Specification* Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Vin No Adnapgd22zr089516 Notification 902160215 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Department Recreation & Parks Fleet Co-ordinator Shannon Irene Elliott Contact Number 0214004070 * Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Vin No Adnapgd22zr089516 Notification 902160215 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Department Recreation & Parks Fleet Co-ordinator Shannon Irene Elliott Contact Number 0214004070 * Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Vin No Adnapgd22zr089516 Notification 902160215 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Department Recreation & Parks Fleet Co-ordinator Shannon Irene Elliott Contact Number 0214004070 * Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Vin No Adnapgd22zr089516 Notification 902160215 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Department Recreation & Parks Fleet Co-ordinator Shannon Irene Elliott Contact Number 0214004070 * Reg. No/type/model Cct32804 Nissan Np300 2.5 Bh 2016 Vin No Adnapgd22zr089516 Notification 902160215 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Department Recreation & Parks Fleet Co-ordinator Shannon Irene Elliott Contact Number 0214004070 * Reg. No/type/model Cct30037 Nissan Np300 2.0 Bh 2017 Vin No Adnalgd22zr099900 Notification 902160614 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Law Enforcement Services Fleet Co-ordinator Lean Matthyse Contact Number 021 444 9971 * Reg. No/type/model Cct30037 Nissan Np300 2.0 Bh 2017 Vin No Adnalgd22zr099900 Notification 902160614 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Law Enforcement Services Fleet Co-ordinator Lean Matthyse Contact Number 021 444 9971 * Reg. No/type/model Cct30037 Nissan Np300 2.0 Bh 2017 Vin No Adnalgd22zr099900 Notification 902160614 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Law Enforcement Services Fleet Co-ordinator Lean Matthyse Contact Number 021 444 9971 * Reg. No/type/model Cct30037 Nissan Np300 2.0 Bh 2017 Vin No Adnalgd22zr099900 Notification 902160614 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Law Enforcement Services Fleet Co-ordinator Lean Matthyse Contact Number 021 444 9971 * Reg. No/type/model Cct30037 Nissan Np300 2.0 Bh 2017 Vin No Adnalgd22zr099900 Notification 902160614 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Law Enforcement Services Fleet Co-ordinator Lean Matthyse Contact Number 021 444 9971 * Reg. No/type/model Cct33325 Nissan Np300 2.5 Bh 2017 Vin No Adnapgd22zr097599 Notification 902160214 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33325 Nissan Np300 2.5 Bh 2017 Vin No Adnapgd22zr097599 Notification 902160214 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33325 Nissan Np300 2.5 Bh 2017 Vin No Adnapgd22zr097599 Notification 902160214 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/01/31 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personmike Telephone Number0214445017 Cell Number000000000 Closing Date2025/01/16 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Ib: 24df0323 Page 1 Of 3 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building At Barangay Cabuco, Trece Martires, Cavite Contract Id No. : 24df0323 (re-advertised) Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Unprogrammed Funds – Support For Infrastructure Projects And Social Programs – Interest Income – E.o. 211 Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 - 28 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, Which Shall Be Open To Prospective Bidders. Ib: 24df0323 Page 2 Of 3 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office 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. 10. 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) 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite Ib: 24df0323 Page 3 Of 3 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 8, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
2821-2830 of 2880 archived Tenders