Advertisement Tenders
Advertisement Tenders
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
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
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500537 Title Hook Spanners Description 1 Each X Hook Spanners 1 Each X Pin Spanners 1 Each X Caliper Face Spanner 1 Each X Ring Slogging Spanners 1 Each X Open Ended Slogging Spanners 1 Each X Stud Extractor 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*** Hook Spanners - Price Est. R 1600 Material Chrome Venadium Steel 31crv3, Manganese Phosphated, In Accordance With Din1810,form A Sizes - # 110-115 Open 335mm Long X 1 # 80-90 Open 280mm Long X 1 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton * Pin Spanners - Price Est. R 1600 Material Chrome Venadium Steel 31crv3, Manganese Phosphated, In Accordance With Din1810,form A Sizes - # 110-115 Open 335mm Long X 1 # 80-90 Open 280mm Long X 1 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton * Caliper Face Spanner - Price Est. R 1,026.28 Material Chrome Venadium Steel 31crv3, Manganese Phosphated, In Accordance With Din3116 Sizes - 6mm Dia. 230mm Long X 1 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton * Ring Slogging Spanners - Price Est. R 19 000 Material Chrome Venadium Steel 31crv3, Designed For Heavy Duty Applications, In Accordance With Din7444 Sizes -34,36,38,41,46,50,55,60,65,70,75,80 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton * Open Ended Slogging Spanners - Price Est. R 30 000 Material Chrome Venadium Steel 31crv3, Designed For Heavy Duty Applications, In Accordance With Din133 Sizes -34,36,38,41,46,50,55,60,65,70,75,80 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton * Stud Extractor Price Est. R 1 600 Sizes - 8-25 Contact Person Dinilesizwe Ncedana Senior Superintendent Tel 021 444 3974 | Cell 083 364 7218 | Fax 086 201 1831 | Radio No. 2421109 | Dinilesizwe.ncedana@capetown.gov.za Water <(>&<)> Waste Directorate | Water And Sanitation Department E.a.m.-mechanical Engineering (retic Pump Stations) | Office No.15, 1st Floor Building Killarney Eam Depot | Koeberg Road, Milnerton Delivery Date2025/04/30 Delivery Towater Services Water Services Delivery Address12 Hertzog Boulevard, Cape Town Contact Persondinilesizwe Ncedana Telephone Number0214443974 Cell Number Closing Date2025/02/07 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 Date7 Feb 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)
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
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
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 Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
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 March, 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 540 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 January 15, 2025 At 1:00 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:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
United States
Details: Corrected Postponed Due To Winter Weather Public Notice Soq #25-005 Sala Avenue Historic District Drainage Feasibility Analysis And Improvements The Parish Of Jefferson, Authorized By Resolution No 145576. Is Hereby Soliciting A Statement Of Qualifications ((tec) Professional Services Questionnaire) For Persons Or Firms Interested And Qualified To Provide Professional Engineering Services For The Sala Avenue Historic District Drainage Feasibility Analysis And Improvements Project (council District 2). Original Deadline For Submissions: 3:30 P.m., January 23, 2025 Postponed Deadline For Submissions: 3:30 P.m., February 7, 2025 General The Scope Of Work Associated With This Project Consists Of Streetscape And Drainage Improvements To The Sala Avenue Corridor Between River Road And 4th Street In The City Of Westwego. The Intention For The Project Is To Beautify And Improve The Drainage Of The Corridor For A 10-year Design Storm Utilizing Alternative Drainage Methods, Such As Green Infrastructure (bioswales, Permeable Pavement, Rain Gardens, Etc.). Jefferson Parish Anticipates The Project Will Require The Following Supplemental Services: Hydraulic Analysis, Geotechnical Services, Surveying, Landscape Architecture, And Resident Inspection. 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 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 Capital Projects 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: 1) Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project – (maximum Points Awarded Shall Be 35). 2) 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 – (maximum Points Awarded Shall Be 10). 3) 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 – (maximum Points Awarded Shall Be 20). 4) 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 – (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References) (maximum Points Awarded Shall Be 10). 5) Location Of The Principal Office – 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 - (maximum Points Awarded Shall Be 15). 6) 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. (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) - (maximum Points Awarded Shall Be 15). 7) Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - (maximum Points Awarded Shall Be 5). 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. The Person Or Firm Submitting A Statement Of Qualification ((tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A ((tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications ((tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At 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. No Statements 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: January 8, & 15, 2025 Corrected Postponed Due To Winter Weather: January 29, 2025
Closing Date7 Feb 2025
Tender AmountRefer Documents
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System 1. The Local Government Unit Of Irosin, Through The Mdrrmo(5% Calamity Fund) Intends To Apply The Sum Of Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System, Good-03-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size Approved Budget For The Contract : P 686,402.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Mdrrmo(5% Calamity Fund) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 Until January 28, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 28, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce/fritzie Riva L. Michelena Mun. Engineer/mdrrmo Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 21, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System With Project Identification Number Good-03-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Mdrrmo(5% Calamity Fund) In The Amount Of Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00). 2.2. The Source Of Funding Is: Six Hundred Eighty Six Thousand Four Hundred Two Pesos (p 686,402.00) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For The Improvement/rehabilitation Of Brgy. San Isidro Communal Irrigation System Brief Description: 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials 549.26 Kgs 16mm Diam Rsb/618.28 Kgs 12mm Diam Rsb/20kgs #16 Tie Wire/20 Pcs Hacksaw Blade/58 Pcs ½” Thk. Penolic Board/3000 Bd.ft. Coco Lumber/175 Kgs Assorted Cw Nail/96 Cu.m. Boulder/696 Bags Portland Cement/88 Cu.m. Washed Sand/22 Cu.m. Gravel Pea-size 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date28 Jan 2025
Tender AmountPHP 686.4 K (USD 11.7 K)
3921-3930 of 3989 archived Tenders