Advertisement Tenders

Advertisement Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Civil Works Others, Security and Emergency Services
United States
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0194 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, One-year Period Of Performance, Firm-fixed-price Contract Resulting From This Solicitation For The Repairs Specified Only. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 238310 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H912 This Solicitation Is A Service Disabled Veteran Owned Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Barrier Repair Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment B. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One-year Contract With A Period Of Performance Of Approximately: 1/10/2025-1/9/2026. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Statement Of Work. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: ___________ Printed Title Of Signee: _____________ Signature: ____________ Date: ______________ Company Name And Address: _______________ (end Clause) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024). The Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Single Period Of Performance Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Monday, December 30, 2024. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0194 Wilkes-barre Fire Barrier Repair Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday December 26, 2024. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment B: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment B And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Price Scheduleââ See Attached Document: Attachment C Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document
Closing Date3 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: The Solicitation Is Amended To Dissolve The Sdvosb Set Aside And Reissue In An Unrestricted Basis. description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 January 17, 2025. this Solicitation Is Unrestricted. Any Business Size Can Participate. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Fsc/psc Is J065. the Department Of Veterans Affairs, Manchester Nh Va Medical Center Sterile Processing Services (sps) Department, Needs Instrument Maintenance Service. There Are 185 Trays To Be Serviced. see The Attached Statement Of Work With The Equipment List. all Interested Companies Shall Provide Quotations. the Blanket Purchase Agreement Period Of Performance Is 2/1/2025 1/31/2030. place Of Performance/place Of Delivery manchester Vamc 718 Smyth Road manchester, Nh 03104-7007 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services addendum To Far 52.212-1 Instructions To Quoters Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation. (end Of Provision) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) far Number title date 52.204-7 system For Award Management oct 2018 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-29 federal Acquisition Supply Chain Security Act Orders Representation And Disclosures dec 2023 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements Notice And Representation jun 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) (end Of Provision) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/15/2025 Through 1/14/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days. (end Of Clause) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 852.203-70 commercial Advertising may 2018 852.204-70 personal Identity Verification Of Contractor Personnel may 2020 (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1-7), (b)(5), (b)(9), (b)(11), (b)(12), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (c)(1), (c)(5),(c)(7),(c)(8), (d), And (e). all Quotes Shall Be Sent To The Point Of Contact At Manases.cabrera@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side-by-side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer's Decision For The Quote Most Favorable To The Government. addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Issue A Blanket Purchase Agreement To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical past Performance price veterans Involvement evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database At Time Of Quotation Submission And At Time Of Award ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Vetbiz.gov Vip Database ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. (end Of Provision) the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than January 28, 2025, At 4:30pm At Manases.cabrera@va.gov the Last Day For Questions Is January 24, 2025, At 4:30pm. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contracting Poc Manases Cabrera At Manases.cabrera@va.gov
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Amendment 0013 Change Proposal Due Date To 26 February 2025. _______________________________________________________________________ amendment 0012 Change Proposal Due Date To 18 February 2025. _______________________________________________________________________ amendment 0011 To Solicitation Sprra224r0016 Is To Update The Estimated Annual Demand For Circuit Card Assembly Nsn: 5998-01-497-3340, Part# 13508140, From A Quantity Of 10 Each To 41 Each. _______________________________________________________________________ amendment 0010 Change Proposal Due Date To 23 January 2025. _______________________________________________________________________ amendment 0009 Change Proposal Due Date To 11 December 2024. _______________________________________________________________________ amendment 0008 Change Proposal Due Date To 21 November 2024. _______________________________________________________________________ amendment 0007 Change Proposal Due Date To 7 November 2024. _______________________________________________________________________ amendment 0006 Change Proposal Due Date To 31 October 2024. _______________________________________________________________________ amendment 0005 Change Proposal Due Date To 10 October 2024. _______________________________________________________________________ amendment 0004 Change Proposal Due Date To 26 September 2024. _______________________________________________________________________ amendment 0003 Change Proposal Due Date To 12 September 2024. _______________________________________________________________________ amendment 0002 Change Proposal Due Date To 24 July 2024. _______________________________________________________________________ sprra224r0016 Proposal Due Date Is Extended From 29 April 2024 To 20 June 2024. ____________________ the Defense Logistics Agency (dla) Is Issuing Solicitation Sprra224r0016 To Add Parts To The New subsumable Contract To The Captains Of Industry (coi) Contract, Spe4ax-22-d-9000 (dla Huntsville spares) For Fiscal Years, 2025 (fy25) Through 2027 (fy27). the Subsumable Contract Will Fall Under The Lockheed Martin Coi / Umbrella Contract, Spe4ax22d9000. these Parts Will Support The Patriot Missile Weapon System. this Is A Sole Sourced Requirement And As Such Is Being Procured In Accordance With Far 6.302-1(a)(2); “…only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.” cost And Pricing proposal Content/cost/price Supporting Documentation. At A Minimum, Offeror Proposal Shall Include the Following: the Government Contemplates Firm-fixed-pricing (ffp) For This Effort In Accordance With The overarching Basic Contract, And Requests Pricing For Three (3) Years. This Is An Rfp For Part Number support Requirements Generated By The Army Aviation And Missile Command (amcom) Logistics center (alc) Project Offices Used On The Patriot Missile Weapon System. the Offeror Shall Prepare One Summary Schedule. Along With The Summary Schedule, The Offeror Shall provide Fully Supportable Cost Data Which Substantiates The Offeror’s Summary Schedule For The P/ns. submission Must Include Working Excel Files With Applicable Excel Formulas, Showing Direct Cost Inputs and Building To The Proposed Cost. Files Are Required At Every Level, To Include Inter-organizational Work (if applicable). Submission Shall Be In Accordance With Far 15.408, Table 15-2, Instructions For Submitting cost/price Proposals When Certified Cost Or Pricing Data Are Required. Back Up Documentation Shall detail The Labor Categories To Be Used, Labor Hours Proposed By Category, Material And Equipment Cost, And A Total Cost Breakdown. The Offeror Shall Also Provide Supporting Cost/price Documentation For All proposed Subcontractors, To Include The Proposed Type Of Subcontract. to Comply With This Solicitation, The Offeror Is Required To Price Fiscal Years 2025 - 2027 (fy25-27). items, And The Possibility Of More In The Future, Will Be Repriced Again At The End Of Fy27. far 15.408, Table 15-2 Requires Prime Contractors And Higher Tiered Subcontractors To Conduct Price analysis Of All Subcontractor Proposals And A Cost Analysis Of Each Subcontractor Proposal For Which certified Cost Or Pricing Data Is Required. Fair And Reasonable Subcontractor Analysis In Accordance With far 15.404-3(b) Subcontract Pricing Considerations Shall Accompany Proposal Submission. an Un-sanitized Cost Breakdown (all Cost Information, Rates/dollars) Shall Also Be Provided In A Microsoft excel File. in Support Of The Proposed Indirect Expense Rates, Inter-organizational Transfers (iots) And Its subcontractor(s) Shall Provide Documentation Of The Most Recent Indirect Expense Rates, To Include, At least One Of The Following:  Forward Pricing Rate Agreements (fpras) With Dcaa Or Dcma.  Forward Pricing Rate Recommendations (fprr) From Dcaa Or Dcma.  Forward Pricing Rate Proposal (fprp), Approved Provisional Rates Proposal Or Other Statement of Current Rates Including Three (3) Years Of Incurred Cost Submissions To Dcaa Detailing Pools and Bases (by Expense Accounts) Information Which Validates The Calculations Or Three (3) Years historical Actual Detailing Pools And Bases (by Expense Accounts) Information Which Validates The calculations. note: The Rates Reflected In The Fpra, Fprr, Fprp, Approved Provisional Rates Proposal Or Other statement Of Current Rates Shall Directly Match The Proposed Rates As Detailed In The Proposal. If The Rates Do Not Match, The Offeror Shall Provide Sufficient Detail Explaining How The Proposed Rates Are Realistic. identify Key Business Unit Personnel Related To Contracting, Technical And Pricing Questions And Known dcma Or Dcaa Business Unit Points Of Contact (pocs) To Expedite The Question/review Process. in Accordance With Far Clause 52.215-22, Limitation On Pass-through Charges, If Offeror Intends To subcontract More Than 70 Percent Of The Total Cost Of Work To Be Performed Under The Resulting Add-on, offeror Shall Identify In Its Proposal A Description Of The Value-added Provided By Offeror As Related To The work To Be Performed By The Subcontractor(s) As Defined By Far Clause 52.215-22. offeror Shall Identify And Address In Its Proposal All Actual Or Potential Organizational Conflicts Of interests (ocis), Per Far 9.5, Or State That There Are No Known Potential Ocis. If Any Actual Or Potential ocis Are Identified, Then Offeror Shall Submit A Mitigation Plan. no Assumptions, Terms, Conditions, Caveats Or Exceptions Submitted Within Offeror Proposal, In Response to This Rfp, Will Be Accepted Or Incorporated Into The Basic Contract. All Assumptions Shall Be Addressed and/or Resolved Through The Use Of The Question-and-answer Period. offeror Shall Submit Their Subcontracting Plan With Their Proposal As A Separate Document. The Subcontract shall Be Incorporated By Reference And Made A Part Of The Final Award. The Subcontract Will Be Used To ensure Offeror Is On Track To Meet The Goals Established In The Base Contract. additional Considerations containers - The Government Did Not Provide Separate Subcontract Line Item Numbers (slins) To accommodate Items That May Require Reusable Shipping Containers. However, If An Item Requires A reusable Shipping Container, A Slin May Be Added To Allow The Offeror To Price The Item With A Shipping container. The Offeror Shall Propose The Most Expeditious Delivery Schedule For Each Item. first Article Test (fat) May Be Required, If So, The Requirement Will Be Included On The Applicable delivery Orders. When Required, Fat Must Be Separately Priced. The Offeror May Submit A Request For fat Waiver; However, Fat May Be Included On The Award In Anticipation Of The Requirement On Future orders. Upon Receipt Of The Fat Waiver Request, Dla Will Submit Documentation To Srd For Evaluation and Technical Consideration. economic Order Quantities (eoqs) Shall Be Proposed By The Contractor To Ensure Optimal Ordering quantities. The Eoq Information Requested In This Narrative, Is Being Solicited To Avoid Acquisitions In disadvantageous Quantities And To Assist The Government In Developing Data For Current And Future acquisitions Of This Item/these Items. The Government Anticipates The Offeror’s Proposal (in View Of market Research, Historical Awards, The Nature Of The Item(s) Being Solicited, And The Current Economic environment) Will Include Quantities/ranges That Will Vary From Those Being Solicited. The Solicited quantities Are Based On Estimated Annual Demands And As Such Government Reserves The Right To Award The most Advantageous Quantities &/or Ranges. evaluation Criteria - Minimum Technical Requirements. To Be Technically Acceptable And Thus, Eligible For award, A Proposal Must Conform To All Solicitation Requirements, Such As Terms And Conditions, representations And Certifications, And Technical Requirements Provided Within All Sections Of This solicitation And/or Within Its Attached Addenda. Proposals Receiving A Technical Rating Of “unacceptable” will Be Ineligible For Award. price in Addition To Meeting The Solicitation’s Technical And Quantity Increment Or Range requirements Above And Cost And Pricing Requirements Below, The Government Will Evaluate A Proposal’s pricing For Reasonableness. Evaluation Of A Proposal's Pricing Will Not Obligate The Government To Order the Estimated Quantities Or To Distribute Orders In The Manner Evaluated. The Government May Reject A proposal As “unacceptable” If Its Pricing Is Determined To Be Materially Unbalanced. cost And Pricing Data. Offerors Must Provide All Cost Or Pricing Information Required By Far 15.4. Failure Of A Proposal To Provide Cost Or Pricing Information Required By Far 15.4 Will Result In Said proposal Being Deemed Unacceptable, And Thus, Ineligible For Award. pdqr - The Product Quality Deficiency Report Program (army Regulation 702-7) Will Be Used When contractors: 1) Deliver Deficient Items Or 2) Receive Deficient Items From A Dod Supply Chain In Support Of army Requirements. When Requested, The Contractor Shall Assist The Cognizant Contract Administration office In Evaluating Pqdrs And Exhibits For Defects Reported On Items Manufactured Under This Contract to Determine The Root Cause For Deficiencies. Corrective Action And Preventative Action To Preclude recurrence Of Discrepancies Shall Be An Integral Part Of The Contractor’s Quality Program. These Defects may Be Reported From Any Dod Activity That Discovers A Defective Item. ranges - Offerors Are Requested For Increments Or Ranges Of Quantities As Listed In The Attachment. The awarded Quantity, Or Quantities In The Case Of Multiple Items, Will Be Based On The Requirements Of The government And The Combination Of Price And Quantity Per Item That Is The Most Advantageous To The government. Quantity Increments Shall Consist Of A Primary Amount And Alternate Amounts Based On incremental Increases. The Quantity Awarded Will Be Either The Full Primary, Or One Of The Alternate quantities. Quantity Ranges Consist Of A Specific Series Of Ranges. The Quantity Awarded May Fall Anywhere within Range. If This Is A Request For Quote (rfq) Or A Request For Proposal (rfp), An Offer That Only contains Prices For Quantities Other Than Those Quantities Indicated In The Schedule Of Supplies Or Services may Be Precluded From Consideration For Award If The Contracting Officer Elects To Make An Award Without discussion Of Proposals. the Contract Quantity Range Shall Be Determined By The Total Quantity At The Time Of Delivery awarded. There Shall Be No Downward Adjustment To An Already Awarded Delivery Order Regardless Of If another Delivery Order Is Awarded In The Same Ordering Period. For Example, One Delivery Order Quantity may Not Be Combined With Any Other Delivery Order Quantity To Create A Price Break, Even If The New delivery Order Is Placed In The Same Ordering Period. Each Order Stands On Its Own. In The Event An Order is Issued For Quantities Outside The Ranges Established In The Contract, The Unit Price Associated With The highest List Range Will Apply To That Order. The Contractor Has The Right To Accept Or Reject Any Quantity outside The Ranges Established In The Contract And Adjust The Production Lead Time / Monthly Delivery Rate as Appropriate. ozone Depleting Substances – Item(s) Being Procured Have Been Identified As Having Ozone Depleting substances And High Global Warming Potential Hydrofluorocarbons (ohm) Specifications. (a) In Accordance With Section 326 Of P.l. 102-484, The Government Is Prohibited From Awarding Any contract Which Includes A Specification Or Standard That Requires The Use Of A Class I Ozone-depleting substance (ods) Identified In Section 602(a) Of The Clean Air Act, (42 U.s.c. 767a(1), Or That Can Be Met only Through The Use Of Such A Substance Unless Such Use Has Been Approved, On An Individual Basis, By A senior Acquisition Official Who Determines That There Is No Suitable Substitute Available. (b) To Comply With This Statute, The Government Has Conducted A Best Effort Screening Of The specifications And Standards Associated With This Acquisition To Determine Whether They Contain Any Ods requirements. To The Extent That Ods Requirements Were Revealed By This Review They Are Identified Below with The Disposition Determined In Each Case. (c) If Offerors Possess Any Special Knowledge About Any Other Odss Required Directly Or Indirectly At any Level Of Contract Performance, The U.s. Army Would Appreciate If Such Information Was Surfaced To the Contracting Officer For Appropriate Action. To Preclude Delay To The Procurement, Offerors Should provide Any Information As Soon As Possible After Release Of The Solicitation And Prior To The Submission Of offers To The Extent Practicable. It Should Be Understood That There Is No Obligation On Offerors To Comply with This Request And That No Compensation Can Be Provided For Doing So. export Control – Arms Export Control Is Applicable. The Technical Data Package Contains Technical Data whose Export Is Restricted By The Arm Export Control Act (title 22 U.s.c., Sec 2751 Et Seq.) Or executive Order 12470. Violation Of These Export Laws Are Subject To Severe Criminal Penalties. Export control Requires The Applicable Certifications To Be Current For Both The Quoter And Manufacturer. The offeror And Any Source(s) Of Supply It Will Use For Contract Performance Must Have An Active United states/canada Joint Certification Program (jcp) Certification To Access Export-controlled Data. Dla Does not Intend To Delay Award In Order For An Ineligible Offer Or Its Source(s) Supply To Apply For And Receive authority Approval To Access The Export-controlled Data. packaging – Standard Practice For Military Packaging Shall Be Utilized (mil-std-2073-1). delivery Schedule – Proposal Shall Include Proposed Production Lead Time And Monthly Delivery Rate. proposal Submission – Proposal Shall Be Electronically Submitted To Government. Offeror Can Contact contract Team For A Dod Safe Site Link For Submission Purposes. clins - Nsns Listed On This Effort May Be Awarded Together Or Separately. provisions 252.227-7017 Identification And Assertion Of Use, Release, Or Disclosure Restrictions 52.204-8 Annual Representations And Certifications. 52.223-4701 Ozone Depleting Substance dlad 52.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (adr) . timelines solicitation Receipt – Request Offeror Acknowledge Receipt Of Solicitation Sprra224r0016 Within 3 business Days And Feedback On Feasibility In Meeting The Closing Date Of 4pm Cst 29 April 2024 referenced In Solicitation Submittal Email And Sam.gov Posting. If Offeror Elects To "no Bid", Please provide Detailed Rationale And An Alternate Source Of Supply. proposal Receipt - Upon Receipt Of Proposal, Dla Contracting Team Shall Acknowledge Receipt. Within 3 business Days, The Government Will Identify Deficiencies, Request Additional Information/documentation, and/or Provide Proposal Acceptance. Offeror Proposal Shall Remain Valid For A Minimum Of One Hundred and Eighty (180) Days From The Date Of Acceptance. summary all Communications Shall Be Submitted In Writing Only And Directly To The Following Dla contract Team Members. becky Brady, Dla Aviation-huntsville contracting Officer, Strategic Missile Team e: Becky.brady@dla.mil david Bennett, Dla Aviation- Huntsville contract Specialist e: David.b.bennett@dla.mil offeror Shall Not Contact Any Other Government Personnel Other Than The Person(s) Identified Above. contacting Any Government Personnel Other Than The Individual(s) Identified Above Could Result In An organizational Conflict Of Interest (oci). be Advised That This Requirement Shall Be Advertised In The Sam.gov Website For Viewing By The General public. In The Event Another Supplier Indicates Interest In Responding To The Requirement As A Result Of viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier. please Direct Inquires, Requests For Clarification, And Status Updates To David Bennett (david.b.bennett@dla.mil). attachments: sprra224r0016 Attachment 021524 (full List Of Parts) fat Waiver Worksheet Rev E 031220 cnt Tdpl
Closing Date26 Feb 2025
Tender AmountRefer Documents 

Court Of Appeals Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle (1 Lot) Amp-016-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Replacement Tires For Toyota Fortuner ₱64,000.002 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 18, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2   Mayor’s Permit For The Year 2025   Must Be Valid For The Year 2025.  A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3   Philgeps Registration Number   Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website)   4  Omnibus Sworn Statement (oss) Original Notarized Secretary’s Certificate (annex “b”) And If Applicable, In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; 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.  The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations.  Indicate Required Information.  Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable).  Must Be Duly Notarized And Signed.  5 Statement Of Compliance With The Must Be Duly Signed And Dated By The Authorized Technical Specifications Representative. Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate3 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-016-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. = 1 Item Description = Replacement Tires For Toyota Fortuner Qty = 4 Pieces Unit Cost Total Price Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicles (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Sixty-four Thousand Pesos (php64,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Supply And Delivery Of Replacement Tires For Toyota Fortuner Quantity: Four (4) Pieces Type: Highway Terrain (h/t) Tire Size: 265/65 R17 Speed Rating: H Load Index: (min.) 108 Ply: (min.) 6 Ply Construction: Radial Tubeless (light Truck Radial) Warranty: (min.) Seven (7) Years Warranty Against Any Factory Defect Date Code: Manufactured Within Twelve (12) Months Prior To Delivery. Includes Free Installation, Balancing And Alignment Of New Tires. Other Supplementary Requirements: The Following Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof: Certification From The Bidder With Verifiable Proof Such As, But Not Limited To, Sales Invoice, Official Receipt, Advertisements, Publications And Other Similar Documents That The Brand Being Offered Has Been In The Philippine Market For At Least Fifteen (15) Continuous Years Before The Submission And Receipt Of Bids Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b”  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] Of The [name Of The Procuring Entity], 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 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;  8.  [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes:  Carefully Examining All Of The Bidding Documents;  Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract;  Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And  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 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 S. 1930, As Amended, Or The Revised Penal Code;  11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted.                  Telephone No/s.:            ________________________________                  Fax No/s.:                      ________________________________                  E-mail Add/s.:                ________________________________                   Mobile No.:                          ________________________________  It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof.  In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines.                                                                                                                                          _____________________________________                                                         Bidder’s Representative/authorized Signatory  Subscribed And Sworn To Before Me This ___ Day Of  [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________.     Witness My Hand And Seal This ___ Day Of [month] [year].                                                                Name Of Notary Public                                                        Serial No. Of Commission ___________                                                        Notary Public For ______ Until _______                                                        Roll Of Attorney's No. _____________                                                        Ptr No. _______ [date Issued], [place Issued]                                                        Ibp No. _______ [date Issued], [place Issued]  Doc. No. ______  Page No. ______  Book No. _____  Series Of _____.
Closing Date18 Feb 2025
Tender AmountPHP 64 K (USD 1.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Details: Page 1 Of 11 Page 1 Of 14 Page 15 Of 16 Page 1 Of Page 1 Of Description This Is A Combined Synopsis Solicitation (css) For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services., Using Simplified Acquisition Procedures Found At Far Part 13 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Number 36c24425q0238 Is Being Issued As A Request For Quote (rfq). The Government Anticipates Awarding One, Five-year, Firm-fixed-price Indefinite Delivery - Indefinite Quantity (idiq) Contract Resulting From This Solicitation. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 (effective Date 08/29/2024) And Can Be Found At: Far | Acquisition.gov . The Associated North American Industrial Classification System (naics) Code For This Procurement Is 561790 With A Small Business Size Standard Of $19.0 Million And The Product/service Code Is: H312 This Solicitation Is A Small Business Set-aside. â This Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Is At: Http://www.sam.gov . Confirmation Of Sam Registration Will Be Validated Prior To Awarding A Contract.â â The Veterans Integrated Service Network 04 (visn4), Has A New Requirement For Fire Door Inspection Services At The Wilkes-barre Va Medical Center As Listed In The Statement Of Work (sow), Attachment A.ââ â The Contractor Shall Provide All Necessary Requirements Cited In The Sow. All Work Is To Be Performed In Accordance With Applicable Federal, State, And Local Regulations Or Ordinances. All Interested Offerors Shall Provide A Quotation For The Following: Pricing Schedule, Attachment C. Place Of Performance: Wilkes-barre Vamc. Visn-04 Intends To Award One Five-year Idiq Contract With Orders Anticipated To Begin Approximately: 1/30/2025-1/29/2030. A Complete Description Of The Services To Be Acquired, And/or Applicable Government Need(s) Are As Follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) Va Pittsburgh Medical Center 1010 Delafield Rd., Pittsburgh, Pa 15215 Contract Specialist: Andrew Chmielewski 52.212-4, Contract Terms And Conditions - Commercial Products And Commercial Services (nov 2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Clause) Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Nov 2023 52.204-9 52.204-13 Personal Identity Verification Of Contractor Personnel System For Award Management Maintenance Jan 2011 Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/30/2025-1/29/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.216-19 Order Limitations (oct 1995) (a) Minimum Order. When The Government Requires Supplies Or Services Covered By This Contract In An Amount Of Less Than $200.00, The Government Is Not Obligated To Purchase, Nor Is The Contractor Obligated To Furnish, Those Supplies Or Services Under The Contract. (b) Maximum Order. The Contractor Is Not Obligated To Honor (1) Any Order For A Single Item In Excess Of $200.00; (2) Any Order For A Combination Of Items In Excess Of $50,000.00; Or (3) A Series Of Orders From The Same Ordering Office Within 30 Days That Together Call For Quantities Exceeding The Limitation In Paragraph (b)(1) Or (2) Of This Section. (c) If This Is A Requirements Contract (i.e., Includes The Requirements Clause At Subsection 52.216-21 Of The Federal Acquisition Regulation (far)), The Government Is Not Required To Order A Part Of Any One Requirement From The Contractor If That Requirement Exceeds The Maximum-order Limitations In Paragraph (b) Of This Section. (d) Notwithstanding Paragraphs (b) And (c) Of This Section, The Contractor Shall Honor Any Order Exceeding The Maximum Order Limitations In Paragraph (b), Unless That Order (or Orders) Is Returned To The Ordering Office Within 1 Days After Issuance, With Written Notice Stating The Contractor's Intent Not To Ship The Item (or Items) Called For And The Reasons. Upon Receiving This Notice, The Government May Acquire The Supplies Or Services From Another Source. (end Of Clause) 52.216-22 Indefinite Quantity (oct 1995) This Is An Indefinite-quantity Contract For The Supplies Or Services Specified, And Effective For The Period Stated, In The Schedule. The Quantities Of Supplies And Services Specified In The Schedule Are Estimates Only And Are Not Purchased By This Contract. (b) Delivery Or Performance Shall Be Made Only As Authorized By Orders Issued In Accordance With The Ordering Clause. The Contractor Shall Furnish To The Government, When And If Ordered, The Supplies Or Services Specified In The Schedule Up To And Including The Quantity Designated In The Schedule As The "maximum." The Government Shall Order At Least The Quantity Of Supplies Or Services Designated In The Schedule As The "minimum." (c) Except For Any Limitations On Quantities In The Order Limitations Clause Or In The Schedule, There Is No Limit On The Number Of Orders That May Be Issued. The Government May Issue Orders Requiring Delivery To Multiple Destinations Or Performance At Multiple Locations. (d) Any Order Issued During The Effective Period Of This Contract And Not Completed Within That Period Shall Be Completed By The Contractor Within The Time Specified In The Order. The Contract Shall Govern The Contractor's And Government's Rights And Obligations With Respect To That Order To The Same Extent As If The Order Were Completed During The Contract's Effective Period; Provided, That The Contractor Shall Not Be Required To Make Any Deliveries Under This Contract After 1/29/2030. (end Of Clause) Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetationâ(apr 1984) The Contractorâshallâuse Reasonable Care To Avoid Damaging Existing Buildings, Equipment, And Vegetation On The Government Installation. If The Contractor S Failure To Use Reasonable Care Causes Damage To Any Of This Property, The Contractorâshallâreplace Or Repair The Damage At No Expense To The Government As Theâcontracting Officerâdirects. If The Contractor Fails Or Refuses To Make Such Repair Or Replacement, The Contractorâshallâbe Liable For The Cost, Whichâmayâbe Deducted From The Contract Price. (end Of Clause) Vaar 852.203-70 Commercial Advertising (may 2018) Vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71 Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024). The Following Subparagraphs Are Applicable: Subparagraph (b)(5), (b)(9), (b)(11), (b)(12), (b)(18), (b)(23), (b)(25), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(36), (b)(37), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59). Subparagraph (c)(1), (c)(2) Class 25190/ Monetary Wage-fringe Benefits $34.69, (c)(7), (c)(8). The Following Solicitation Provisions Apply To This Acquisition And May Be Incorporated By Reference: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ (end Of Provision) Far Number Title Date 52.204-7 System For Award Management Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.229-11 Tax On Certain Foreign Procurements Notice And Representation Jun 2020 852.233-70 852.239-75 Protest Content/alternative Dispute Resolution Information And Communication Technology Accessibility Notice Oct 2018 Feb 2023 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance (nov 2021) 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Idiq Contract Resulting From This Solicitation. 52.233-2 Service Of Protest (sep 2006) Notify The Following: Nicholas Guzenski Through Va Email: Nicholas.guzenski@va.gov 852.233 70, Protest Content/alternative Dispute Resolution (oct 2018) (end Of Clause) Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services: Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Quotes In Response To This Rfq Are Due On 2:00 Pm (est), Tuesday, January 14, 2025. Quotes Shall Be Submitted In Writing And Sent Via Email To Contracting Specialist: Andrew Chmielewski; Andrew.chmielewski@va.gov. Please Insert Solicitation Number 36c24425q0238 Wilkes-barre Fire Door Inspection Services In The Subject Line Of Your Email. All Submissions Shall Be 5mb Or Less. If The Email Is More Than 5mb, Submit Multiple Emails Labeling Them 1 Of Xx, 2 Of Xx, Etc. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via Email To The Contracting Specialist By 2:00 Pm Est, Thursday January 9, 2025. Questions Will Not Be Accepted After This Date. Responses To The Offeror S Question(s) Will Be Posted Via An Amendment On Sam.gov / Contract Opportunities Via: Http://www.sam.gov Failure To Follow All Instructions May Result In Offeror(s)s Being Determined As Non-responsive And Be Removed From This Competition. All Proposals Shall Be Valid 60 Days From The Quote Response Date. Offeror(s)s Are Cautioned To Be Responsive To All Requirements In The Sow And To Provide Sufficient Information To Allow For Evaluation Of The Quotes. Offeror S Are Required To Submit The Following: Attachment C: Price Schedule: Please Complete Price Information In The Last Two Columns Of Attachment C And Return With Your Quote. To Facilitate The Award Process, All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" And A Statement To Acknowledge Amendments, If Applicable. Cover Letter. Offeror(s)s Shall Submit A Cover Letter Identifying Their Company Name, Contact Information, Cage Code, Sam Unique Entity Id (uei) Number Of The Prime And Any Teaming Partner/subcontractor. Offeror(s)s Shall Include A Completed Copy Of The Provision 52.212-3 With Their Quote If The Offeror(s) Has Not Completed It Electronically In The System For Award Management (sam), Accessed Via: Http://www.sam.gov Offeror(s)s Shall Submit A Technical Capability Which Shall Address The Following At A Minimum: Staffing/contractor Personnel: Explain Ability To Supply Adequate Staff To Perform Gauge Calibration In Accordance With The Sow. Qualifications: Explain Contractor S Ability To Meet Industry Standards In Accordance With The Sow With Regards To Gauge Calibration. The Evaluator Shall Submit Past Performance Questionnaire (attachment B) With Their Quote. Offeror(s)s Shall Provide Up To Three (3) References, Preferably Of Government Work, Performed In The Last Three (3) Years. Past Performance Information Shall Be Recent (performance Within The Last Three Years) And Relevant To This Scope Of Work. All Past Performance References Shall Be Completed By The Evaluator And Include Name Of Client, Customer Point Of Contact, Customer Telephone Number, Contract Number, Award Amount, Project/service Location, And Other Information Relevant To This Quote. The Apparent Awardees Past Performance Will Be Evaluated As Part Of The Contractor Responsibility Determination To Ensure The Presence Of An Acceptable Performance Record In Accordance With Far 9.104-1. The Government Reserves The Right To Seek Past Performance Information From Any Sources Not Included In Your Past Performance And Available To The Government To Include, But Not Limited To, Cpars Or Other Databases; Interviews With Program Managers, Customers, And Contracting Officers; And References Provided By The Contractor. The Contractor Must Include A Signed Copy Of Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Shall Be Submitted With The Solicitation Attachments. Addendum To 52.212-2 Evaluation Commercial Products And Commercial Services The Government Will Perform An Evaluation Using A Comparative Evaluation Of Each Quote. The Government Will Compare Quotes To One Another In Order To Select The Quote That Best Benefits The Government. Comparative Evaluation Will Be Conducted In Accordance With Far 13.106-2(b)(3). The Following Factors Shall Be Used To Evaluate Offeror(s)s: 1. Price 2. Technical Capability (b) A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Offeror(s) Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept A Quote, Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Contracting Officer Will Award One, Firm Fixed Price Contract Resulting From This Rfq To The Responsible Offeror(s) Whose Quote Conforming To The Rfq Is Most Advantageous To The Government. Price The Government Reserves The Right To Award To An Offeror With Other Than The Lowest Price. The Award Will Be Made To The Offeror Whose Quote Represents The Best Overall Value To The Government. Technical The Offeror Clearly Demonstrates In Its Response A Clear Understanding Of All The Government S Requirements And Effective Approach For The Completion Of Service In Accordance With The Sow. Past Performance Offerors Must Have A Record Of Satisfactory Or Neutral Past Performance. If No Record Of Past Performance Is Found, The Offeror Will Receive A Rating Of Neutral. The Government Will Utilize But Is Not Limited To Internal Documentation Including Federal Awardee Performance And Information System (fapiis) For Determining The Past Performance Of Offerors. â Section D - Contract Documents, Exhibits, Or Attachmentsâ â See Attached Document: Attachment A Statement Of Work See Attached Document: Attachment B Past Performance Questionnaire See Attached Document: Attachment C Price Scheduleââ See Attached Document: Attachment D Wage Determination Point Of Contact Combined Synopsis/solicitation Notice Combined Synopsis/solicitation Notice Page 3 Of 3 Combined Synopsis/solicitation Notice *= Required Field Combined Synopsis/solicitation Notice Page 1 Of 3 Andrew Chmielewski Department Of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (nco 4) 1010 Delafield Rd., Pittsburgh, Pa 15215 Andrew.chmielewski@va.gov End Of Document
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Details: Request For Quote (rfq) #: 36c25925q0212 neptune 3 Rover 2pm Prevent Procare Sem this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation. * The Deadline For All Questions Is 4:00pm Mt, 02/18/2025 all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation. ** Quotes Are To Be Provided To Thaddeus.gray@va.gov No Later Than 4:00pm Mt, 02/20/2025. quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award. this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25925q0212. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-04 Effective January 17, 2025. the North American Industrial Classification System (naics) Code For This Procurement Is 811210 With A Small Business Size Standard Of $34.0 Mil. This Solicitation Is Unrestricted. list Of Line Items; line Item description quantity unit Of Measure unit Price total Price 0001 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 0002 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 1001 oy1 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 1002 oy1 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 2001 oy2 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 2002 oy2 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 3001 oy3 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 3002 oy3 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea 4001 oy4 - 0703-001-00w: Neptune 3 Rover 2pm Prevent Procare +sem 6 ea 4002 oy4 - 0702-014-000w: Neptune 2 Docker 2pm Prevent Procare 2 ea grand Total $ description Of Requirements For The Items To Be Acquired; See Attached Statement Of Work. Period Of Performance Has A One-year Base Period Estimated To Be 02-25-2025 To 02-24-2026 With Four (4) One-year Option Periods delivery And Acceptance Is To Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located At Rocky Mountain Regional Va Medical Center, 1700 N Wheeling Street, Aurora, Co 80045 52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition addendum To Far 52.212-1 Instructions To Offerors Commercial gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â  No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â  All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â  Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) Delivery Lead Time; And (iii) Price volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume X Delivery Lead Time The Offeror Shall State The Required Number Of Calendar Days To Deliver The Item, To Include Installation, If Applicable. volume Iii Price price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement factor X Delivery Lead Time factor 3. Price evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor X Delivery Lead Time - The Government Will Evaluate Delivery Lead Time And Select The Quoter/offer Whose Delivery Lead Time Is Most Advantageous To The Government. The Government May Consider An Award To Other Than The Lowest Priced Quoter/offeror If It S In The Best Interest Of The Government. factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. options. The Government Will Evaluate Quotations For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. {contracting Officer Shall Insert The Following If The Solicitation Will Include Options That Are Exercisable Under Far 52.217-8} This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price.â  For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line Item Numbers (clins),and Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (end Of Addendum To 52.212-2) 52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. 52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) far 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-28 post Award Small Business Program Representation (nov 2020) far 52.219-33 nonmanufacturer Rule (mar 2020) far 52.222-3 convict Labor (jun 2003) far 52.222-19 child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21 prohibition Of Segregated Facilities (apr 2015) far 52.222-26 equal Opportunity (sep 2016) far 52.222-35 equal Opportunity For Veterans (jun 2020) far 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37 employment Reports On Veterans (jun 2020) far 52.222-40 notification Of Employee Rights Under The National Labor Relations Act (dec 2010) far 52.222-50 combating Trafficking In Persons (oct 2020) far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.225-13 restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-8 Option To Extend Services (nov 1999) the Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) [use When Options Are Included] (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 60 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years And 6 Months. 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70 commercial Advertising (may 2018) vaar 852.232-72 electronic Submission Of Payment Requests (nov 2018) vaar 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) vaar 852.233-71 alternate Protest Procedure (oct 2018) vaar 852.246-71 rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7 system For Award Management (oct 2018) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.211-6 brand Name Or Equal (aug 1999) far 52.229-11 tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Vaar Provisions Are To Be Incorporated By Reference: none the Following Far Clauses Are Incorporated By Reference: far 52.203-17 contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-13 system For Award Management Maintenance (oct 2018) far 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71 gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. offers Are Due 02/20/2025@ 4:00pm Mst. All Questions/inquiries Must Be Submitted To The Contracting Officer Via Electronic Mail (e-mail) Not Later Than 02/18/2025 @ 4:00pm Mst. Inquiries Submitted Via Telephone Calls Will Be Re-directed To An E-mail Submission. submit Offers Or Any Questions To The Attention Of Thaddeus Gray Via Email To: Thaddeus.gray@va.gov
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender

Others
Germany
Description: Restricted invitation to tender with public competition Vob/a electrical installation 01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. ... More01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. Other relevant guidelines and regulations, such as: - The requirements of the building inspectorate - The requirements of the building regulations office - The requirements of the trade inspectorate - The requirements of the local fire brigade - The building police and official regulations - Those of the fire protection office - The recommendation of the building trade association - The guidelines and regulations of Deutsche Post AG Fo and Ftz - The specific requirements of the building permit - The accident prevention regulations - Afa - The recommendation of the office for occupational safety - Avb - Electrical regulations - Lbo - State building regulations with all partial regulations - Vdew, Zvei, Zveh - Vds - The recommendation of the association of property insurers - Tab - Technical connection conditions for medium and low voltage systems of the responsible Evu. All regulations must be conscientiously observed and followed. 02.As a general rule, only overview plans with the system devices are provided. The cable dimensions must be selected according to the system functions and special features of the manufacturer. 03.The upstream overcurrent and short-circuit devices must be adapted to the actual conditions and corrected as appropriate. The person who created the system is liable for its accuracy. Particular attention must be paid to an even load distribution across the three external conductors. The evenness must be verified by measurements. 04.The products offered that have the addition "or equivalent" serve solely to determine the technical requirements to be met by these materials. It is up to the bidder to offer other products that meet these quality standards. 05.There are no lockable rooms available on site for the accommodation of workers, the storage of materials and tools, etc. 06.If the work coincides with that of other contractors, the closest possible contact must be maintained with these companies to ensure that the work is carried out smoothly. All routings must be precisely coordinated with the companies responsible for the building services systems. 07.Samples of all essential components, particularly switches, sockets, lights, ducts, platforms, etc. must be submitted to the construction management without being asked to do so before the order is placed. The final selection is made by the construction management. 08.Before the distribution boards are built, view and sectional drawings of the planned design must be submitted to the construction management for approval. 09.The bidder undertakes to appoint an assembly manager before work begins, who will accept instructions from the construction management and the client at construction meetings and ensure that they are carried out. This assembly manager must remain the same for the entire construction period. If this contact person changes, all costs for damage or inconvenience caused to the client as a result will be deducted from the final invoice. 10.All necessary daily wage work will be billed according to the hourly rates listed in the separate appendix. If the entry is not made, the wage rate will be set by the construction management. Daily wage work will only be approved if it has been agreed with the construction management beforehand. This work may only be carried out on the instructions of the construction management. Daily wage records must be presented to the construction management daily. 11.The measurements must be carried out in a time that ensures that the work can be clearly identified. The measurements must be drawn up in order by circuit. The measurement check must be requested in good time. 12.After completion of the system, the contractor must prepare valid inventory plans with the final status of the installation. The inventory plans must contain all the necessary details such as distribution boxes, circuit designations, etc. The completeness and accuracy must be confirmed from then on by means of a stamp, signature and the inscription "inventory plan". The contractor or his representative only checks the number of plans for completeness. The inventory plans are to be delivered as follows: 2 copies in paper form, folded, in folders, laid out in color 1 copy in digital form on a data carrier All audit documents are to be handed over correctly in a professional form. Handwritten sketches or entries are not accepted! Documentation documents Structure and content of the documentation documents: Cover sheet (in transparent cover) - Project name and address - Trade name - Name and address of the executing company - Name and address of the specialist planner Table of contents (in transparent cover) - Structure according to the following specification (to be separated by index sheets) 1. General 1.1 Protocol for instruction of operating personnel 1.2 List of participants in the inventory acceptance 1.3 List of participants in the functional acceptance 2. Certificates 2.1 Approval certificates 2.2 Certificates of compliance with VDE and DIN standards 2.3 Certificate according to BGV A3 2.4 TÜV acceptance 2.5 Proof of uniform phase loading 3. Functional descriptions 3.1 Functional description of complex systems 4. Measurement reports 4.1 All measurement reports according to DIN VDE 0100, Part 610 4.2 Measurement report for antenna system 4.3 Measurement report for IT cabling 5. Operation and maintenance 5.1 Operating instructions 5.2 Maintenance instructions 6. Manufacturer documents 6.1 Manufacturer brochures (labeling of all components used) 6.2 Equipment file (contains make list and spare parts list of all components used) 7. Diagrams 7.1 Installation diagrams 7.2 Block diagrams 8. Distribution/central documents 8.1 Functional description of the system 8.2 Marshalling plans 8.3 Terminal assignment plans for distributors 9. Revision plans 9.1 Installation plans, scale 1:50, specifying all operating resources with designations in accordance with the distribution documents. An operating manual and a circuit diagram must be attached to each technical center. The diagram must show the structure, function and performance data. 13.To specify the work carried out, the architect and the contractor carry out a joint acceptance of the electrical systems. This acceptance is not a test within the meaning of the VDE regulations, but a test for completeness of the service in accordance with Vob. For this purpose, it is necessary that proof of the implementation of the tests required by VDE is kept in the form of a test report. The personnel costs for participation in acceptance tests are to be included in the unit prices. 14. Partial commissioning, earlier use or final invoice do not replace a final acceptance. This can only take place after the entire work has been completed. Defects identified during acceptance must be remedied within a period to be specified more precisely, without further notice. 15. The contractor is liable for all damage caused by non-compliance with the aforementioned offer and order conditions. He is obliged to inform himself about the other tradesmen involved in the construction and their work and to report any defects that could have an impact on the execution of his services to the construction management in writing before the electrical systems are carried out. The contractor is liable for the completeness of a system component until the final acceptance. 16. References must be included with the offer or it must be stated in a list with amounts that the bidder has already installed systems of the same or larger size several times. 17. If this proof is not included, the offer will be automatically excluded. C. Additional preliminary remarks on the electrical systems 01. Within the suspended ceilings, the cables must be properly fastened with plastic clamps or plastic holders at least every 60 cm. Cable trays are only installed where the frequency of cables justifies this. 02. All cable feedthroughs through metal parts, webs, profile rails, etc. must be provided with PVC grommets. All costs for this must be included in the unit price, as must all necessary drilling. 03. All dimensions for the arrangement of the devices, such as switches, sockets, lights, etc. must be determined with the construction management before installation. 04.Multiple sockets must be designed as a combination with combination cover plates. 05.All built-in devices, such as switches and sockets, etc. must be fastened in the device boxes with screws. Claw fastening is not permitted. 06.Particular attention must be paid to the use of flame-retardant switch boxes, switch terminal boxes and junction boxes in hollow walls, etc. All of these boxes must be calculated accordingly in the Lv, even if this is not specifically mentioned, including the creation of the installation openings. 07.The cables for the building services trades, RWA systems, etc. must be laid according to the instructions of the specialist companies. A cable dimension and position plan must be requested from the specialist companies at an early stage so that these cables can be laid as part of the overall installation. 08.Socket holes in exposed brickwork must be milled cleanly in coordination with the construction management. Damage is the responsibility of the person responsible. 09.All electrical cables must be flame-retardantly coated or sheathed. Only cables from certain brands that have a test certificate for these properties may be used. The bidder must provide proof and present it without being asked to do so before installation begins. If this is neglected or if cables are not laid accordingly, the bidder must bear all costs for replacing the cables. 10.As required by the local fire protection officer, the fire brigade, the city or the relevant authority, appropriate fire barriers must be installed for breakthroughs and cable routes as a fire protection measure. Acceptance must be arranged with the fire protection officer in good time before the ceilings are closed. An acceptance certificate must be presented to the construction management without being asked to do so. All costs for this must be included in the unit prices. 11.The current MLAR must be taken into account. 12. All cable trays, risers and cable ducts must be designed with appropriate dividers to accommodate both high and low voltage systems. 13. In schools, all switches and sockets must be fitted with screwed covers in accordance with school building guidelines. 14. E30 and E90 cables may only be laid using type-approved, tested fastening material for individual installation and with appropriately approved cable tray systems for collective installation. 15. All sockets must be clearly and permanently marked with circuit numbers on the support frame. For surface-mounted sockets, the marking must be attached to the housing using a labelling device. 16. All requirements for the electrical installation listed in the preliminary remarks must be included in the EPs. There is no separate remuneration for this service. Since there are dependencies between the trades, instructions for the completion of services which are, for example, mandatory requirements for the start of a subsequent trade, must be implemented immediately. Any short-term changes to the construction process must be followed immediately. Flexible action with fast reaction times and short arrival and departure times is essential for this construction project. In view of the short execution time, this also applies to instructions from the construction management to carry out work at short notice in order not to hinder or delay subsequent trades and the overall construction process. Any additional work resulting from this must be included in the unit prices. D. General information on the service description Each item shown is to be understood as a finished job and as a service that complies with the regulations, is properly crafted and is ready for use and operation, including all ancillary services. - Additional technical contract conditions - Electrical installation DIN 18 382 The general technical regulations (ATV) for construction work of the Vob, Part C, become part of the contract. Measurements and quantity compilations as the basis for calculation are only to be prepared on forms from the engineering office. The forms are provided free of charge and must be requested in good time. The presence of a contractor employee with technical and local knowledge during the acceptance of the high and low current technical systems, in accordance with the construction certificate and the applicable building inspection regulations, by a building inspector-approved expert, is covered by the unit prices. The contractor must coordinate the provision of his services with - previous and subsequent - trades that technically affect his own services, so that his own services and his own execution dates are carried out correctly in terms of the detailed execution steps and functional accuracy. The usual work sequences, technical dependencies and individual steps of partial services that are separated in time are taken into account in the offer calculation. - General description of the measure - 1. The construction measure is the extension of the fire station with 4 vehicle parking spaces and the required social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be rebuilt using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the depot (the fire service's location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see attachment. Everything else, especially exceptions, must be agreed with the construction management. 2. During the project, some work may be carried out by municipal yard employees and firefighters themselves. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be carried out. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost components requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if various items are omitted, the order may also be for the delivery of the material alone. 4. The construction site toilet and the break rooms must be provided by each contractor. Energy, water and electricity are provided free of charge. 5. A construction meeting is held weekly with all contractors in the community center/construction site. The company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and working days. 7. The contractually binding partial deadlines are set out in the construction schedule. 8.The work advertised must be carried out in parts in accordance with the progress of the construction. This does not give the contractor any right to make additional claims. 9.The disposal of rubbish and debris must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10.All further details can be found in the list of services. 11.Contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12.Services that exceed the contract amount require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13.Daily construction reports must be kept. The forms from "Zweckform - Daily Construction Reports No. 177" or equivalent must be used as a template. These must be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked must be entered here. 14. Depending on the trade, all inventory and inspection documents must be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data storage device): Final payment will only be approved after the documents have been submitted. 15. By signing the list of services, the bidder acknowledges these preliminary remarks.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 9 description combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 11 Of 11 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 10 page 1 Of this Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0159. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For A Smart Mattress, Base Frame, Mattress Cover, Remote And Set-up. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-02 January 3, 2025. this Solicitation Is An Unrestricted Open Market Solicitation. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 337910, With A Small Business Size Standard Of 1000 Or Fewer Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Sleep Number As Follows: quantity manufacturer Part description 6 i2p5 sleep Number New P5 360 Queen Smart Mattress 60 X80 6 sleep Number New Flexfit 2 Queen Bed Base 6 424201 sleep Number Total Encasement Mattress Cover For Smart Beds Queen 6 126016 sleep Number New Smart Remote Compatible With Mattress And Frame 1 sleep Number Half Day Delivery Install Set Up standard Warranty Shall Apply To All Parts Listed. A 15 Year Warranty Is Desired. must Meet All Required Federal Mandates For Medical Use. salient Characteristics queen Smart Mattress: 60 X 80 weight Capacity: Supports Up To 550 Lb. adjustable Firmness includes Air Hoses And A Power Supply To In/deflate Mattress power Supply Compatible With A 100 240 Vac Grounded Wall Socket must Be Compatible With Adjustable Base breathable queen Bed Base: weight Capacity: Can Support A Working Load Of Mattress, Mattress Cover, System Hardware And An Additional 550 Lb adjustable To Multiple Positions, Including Supine To Upright Head Position And Varied Levels Of Foot Positions. designed For And Supports Queen Mattress includes An Electric Control System, Power Cord Connections And Cables total Encasement Mattress Cover: washable, Zippered Cover Fully Encases Mattress And Hose Openings. waterproof And Will Block Bed Bugs, Dust Mites And Allergens smart Remote: hand Control That Adjusts Firmness Of Mattress And The Position Of The Base (hardwired To The Bed Is Desired, But Not Required) compatible With Smart Frame And Mattress delivery/install Set-up: deliver And Assemble Complete Bed Packages To Va Medical Center American Lake Sleep Lab, Set Up Beds In Designated Rooms And Haul Away Packaging, Old Mattresses And Frames coordinate With Poc At Sleep Lab For Delivery Times 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30-60 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Puget Sound Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs va Puget Sound american Lake Medical Center 9600 Veterans Dr. tacoma, Wa 98493 . the 6 Rooms Within The Sleep Lab Located At The American Lake Campus: Room Numbers Are 301,303,304,305,306,307. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.225-2 buy American Certificate (oct 2022) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.203-17 contractor Employee Whistleblower Rights (nov 2023) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644) 52.225-1 (buy American Supplies) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.233-3 protest After Award (aug 1996) (31 U.s.c. 3553). 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (mar 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.204-10 52.204-27 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note) 52.219-6 notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). 52.219-28 52.219-27 post Award Small Business Program Representation (mar 2023) (15 U.s.c 632(a)(2)) notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 equal Opportunity (sep 2016) (e.o. 11246) 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) 52.225-1 buy American-supplies (oct 2022) (41 U.s.c. Chapter 83) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â  52.232-33 payment By Electronic Funds Transfer System For Award Management (jul 2018) (31 U.s.c. 3332) 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) (sections 1821-1826, Pub. L. 118-31, 41 U.s.c. 3901 Note Prec.) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Rachel.richardson@va.gov And Received No Later Than 3:00 Pm Pst On 01/08/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include, If Not The Manufacturer, An Authorized Distributor Letter, And A Completed Buy American Certificate. Any Offer That Does Not Provide The Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: authorized Distributor Letter If Not The Manufacturer completed Buy American Certificate certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date warranty Details the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Rachel Richardson At Rachel.richardson@va.gov. (end Of Provision) mandatory Electronic Invoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December27,2012.the Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/to Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established Bythe Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungstene-invoicesetupinformation:1-877-489-6135 tungstene-invoiceemail:va.registration@tungsten-network.com fsce-invoicecontactinformation:1-877-353-9791 fsce-invoiceemail:vafsccshd@va.gov
Closing Date8 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective 01/03/2025. this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541330 Engineering Services With A Small Business Size Standard Of $25.5 Million. the Fsc/psc Is C219 Architect And Engineering General: Other the Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . statement Of Work (sow) contract Title: Engineering Drawings For Monochloramine Injection Systems background: The Department Of Veterans Affairs Greater Los Angeles Healthcare System (vaglahs) Has A Requirement To Provide Engineering Drawings For Already Installed Monochloramine Injection Systems Located In Building #501 Central Plant For The Purpose Of Guidance Document 1061-6.0 Design And Startup Compliance (attachment 5). scope Of Work: The Contractor Shall Provide Required Supplies, Equipment, Travel, Labor, And Personnel Needed To Complete The Engineering Drawing Of The Monochloramine Injection Systems Located At The West Los Angeles Va Medical Center. Contractor Shall Provide All Required Items For The Requirement Described In This Statement Of Work. Contractor Shall Provide Equipment, Supplies, And Perform Work In Strict Accordance With The Specifications, Statement Of Work, Schedule, All Va Local, State, Federal Policies, Regulations, And All Other Supporting Documents Required For This Contract. period Of Performance: The Period Of Performance Shall Be For 90 Days From The Date Of Award. place Of Performance: department Of Veterans Affairs greater Los Angeles Va Healthcare System west Los Angeles Va Medical Center 11301 Wilshire Blvd. Building 501 los Angeles, Ca 90073 hours Of Operation: work Shall Be Performed During Normal Working Hours; 8am-4pm, M-f. work Hours: contractor Shall Perform The Following Work At The Va Los Angeles Healthcare System During Normal Working Hours (i.e., 8:00 A.m. 4:00 P.m.) During Normal Workday (one Day, M-f). before Commencement Of Work, The Contractor Shall Confer With The Poc Or Designee By Phone To Obtain Access To Building 501. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Poc Or His/her Designee. all Time Shall Be Approved In Advance By The Program Point Of Contact (poc). Allow 1-day For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. tasks: engineer Must Be Licensed And Have Experience In Water Treatment System Design. drawings Must Include Structural Engineering Calculations For Wall Mounted Units. drawings Must Include Plumbing Diagrams To And From Units. drawings Must Include All Components Of System. drawings To Be Provided As One Hard Copy In Binder And One Pdf. Hard Copy Will Be Delivered By Hand Or Mail To The Poc Within 72 Hours Of Completion. Pdf Will Be Emailed To The Poc Within 24 Hours Of Completion. equipment Identification: cold Sanikill Tec Lt 1005 s/n 3599/24/stlt1005 hot Sanikill One 060 (pvdf) s/n 3530/23/sk060s contractor Qualifications & Other Responsibilities: licensed Engineer With Experience In This Field. license Requirements: contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Poc With The Final Decision Being Made By The Contracting Officer. security Requirements: the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. identification, Check-in, Parking, And Smoking Regulations: identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Cor Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Cor Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking veterans Health Administration (vha) Directive 1085, Dated March 5, 2019, Provides A Comprehensive Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors, At The Department Of Veterans Affairs (va), Veterans Health Administration (vha) Health Care Facilities. This Updated Vha Directive Implements A Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors At Va Health Care Facilities, As Defined In This Directive, Based On Scientific Evidence Regarding The Adverse Health Effects Of Secondhand And Thirdhand Smoke Exposures. the Assistant Deputy Under Secretary For Health For Administrative Operations (10na) And The Assistant Deputy Under Secretary For Health For Clinical Operations (10nc) Are Responsible For The Contents Of This Directive. Questions May Be Referred To Vha Smoke Free: Vhasmokefree@va.gov. this Vha Directive Is Scheduled For Recertification On Or Before The Last Working Day Of March 2024. This Vha Directive Will Continue To Serve As National Vha Policy Until It Is Recertified Or Rescinded. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. insurance Coverage: the Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers compensation And Employee S Public Liability Insurance In Accordance With Federal And State of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. the Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In the Performance Of This Contract. before Commencing Work Under This Contract, The Contracting Officer Shall Require The contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting officer. contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. invoicing: invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Poc All properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, less Any Deductions Stipulated In This Contract. Payment Of Invoices May Be Delayed If The appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. all Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule base line Item description quantity unit Of Measure unit Price total Price 0001 engineering Drawings Of Monochloramine Injection Systems Located At The Greater Los Angeles Va Healthcare System- Building 501 1 jb **please Use The Format Above For Pricing** the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-1, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror (aug 2020) far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.252-2, Clauses Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-8, Option To Extend Services (nov 1999) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (9), 18(i), (23), (25), (26)(i), (33), (39)(i), (51), (55), (59), (c)(1), (2), (7), (8) all Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sep 2023). all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Statement Of Work. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. this Contract/ Purchase Order Will Consist Of An Estimated Base Period Of Performance: 03/10/2025 06/09/2025. the Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. site Visit Will Be Scheduled For February 12th From 11:00 Am To 12:00 Pm Pacific Standard Time (pst). Please Reach Out To Loan Dho At Loan.dho@va.gov No Later Than February 10th At 14:00 Pacific Standard Time To Make A Reservation For Site Visit. Instructions Will Be Provided Via Email After Reservation Interest Of Site Visit. questions Should Be Submitted No Later Than February 14th, 2025, 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About February 17th, 2025. submission Of Your Response Shall Be Received No Later Than February 21st , 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: Response To Rfq 36c26225q0401 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist loan Dho loan.dho@va.gov
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (procurement/contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 202 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 59 Section Viii. Bill Of Quantities 60 Section Ix. Checklist Of Technical And Financial Documents 61 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 1. The Bureau Of Corrections, Through The National Expenditure Program (nep) Of 2025 Capital Outlay, Intends To Apply The Sum Of Three Hundred Million Pesos Only (₱300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) With Identification Number _epa-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Super Maximum Security Facility, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1) Presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2) Batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3) National Structural Code Of The Philippines (nscp), Volume I, 2010 (4) Philippine Electrical Code (pec), 2009 (5) Revised Plumbing Code Of The Philippines (6) Revised Irr Of Ra 10575 (7) Republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8) Applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. 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 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _december 28, 2024 (08:00am To 05:00pm) To January 20, 2025 (01:29 Pm)_____ From The Given Address And Website(s) Below. 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 Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On _january 06, 2025 (01:30pm)__ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before __january 20, 2025 (01:30pm)_____. 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 15. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)____ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf), With Project Identification Number__________________. [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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Million Pesos Only (₱300,000,000.00). 2.2. The Source Of Funding Is: Nga, The National Expenditure Program 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 Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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 Contractors, 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. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 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 Associated 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. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor 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 Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 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 Ix. Checklist Of Technical And Financial Documents. 10.2. 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. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 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 Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. 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. 16. 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. 17. 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. 18. 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. 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, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 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. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Backhoe At Least 38hp With 0.055 To 0.160 M3 Bucket Capacity 1 Pay Loader At Least 2.5 To 9.5 M3 Bucket Capacity 1 Dump Truck At Least 10 Cu.m. 2 Generator 50kva 1 Concrete Mixers 1 Bagger 4 Welding Machines 300amp Heavy Duty 4 Submersible Dredging Pump At Least 1hp And 2” Output 1 Prospective Bidders Shall Attach The List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. 12 No Further Instructions. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Valid And Current Pcab License And Registration 7. Audited Financial Statement 8. Three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 No Further Instructions. Section Iv. 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award 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. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Sablayan Prison And Penal Farm, Occidental Mindoro 1. Project Information 1.1 Project Description The Mission Of The Bucor Is To Protect Society By Confining Offenders In The Controlled Environments Of Prisons And Community-based Facilities That Are Safe, Humane, Cost-efficient, And Appropriately Secure, And That Provide Self-improvement Opportunities To Assist Offenders In Becoming Law-abiding Citizens. The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Shall Be Conducive To The Reformation And Rehabilitation Of Inmates That Will Bring Them Back Into The Mainstream Of Society As Useful Citizens Of The Country. The Contract Will Involve The Design And Build Scheme Leading To The Construction Of The Bureau Of Corrections Super Maximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm, Sablayan, Occidental Mindoro. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Bucor Planning And Design Division Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bureau Of Corrections Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Bucor Super Maximum Prison Facility (phase 2) Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. This Project Aims To Be Completed Within A Year, Aligning With Our Decongestion Program. This Expedited Timeline Underscores Our Commitment To Addressing Urgent Needs Within The Correctional System And Providing Timely Solutions For The High Risk Committed Pdl. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Construction Of Super Maximum-security Facility Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Project Shall Have The Following Basic Components: A. Complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject For Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject For Review And Approval By The Director Of Directorate For Engineering Services (des). B. The Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C. The Contractor Shall Complete The Construction Of The Following Facility Component: I. One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Oncomposed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. Ii. 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); Iii. Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); Iv. Road Networks And Culverts • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts." 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject For The Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To The Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A. Render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B. Undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C. If Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D. The Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢ Part A – Facilities For The Engineer ➢ Part B – Other General Requirements Volume Iii ➢ Part A – Earthwork ➢ Part B – Plain And Reinforced Concrete Works ➢ Part C – Finishing ➢ Part D – Electrical ➢ Part E – Mechanical ➢ Part I – Water Supply ➢ Part J – Flood Control And Drainage ➢ Part I-c – Drainage Works For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology Which Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F. The Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulted From Improper Design. Further, Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A. Provide Full Information On All Requirements For The Project; B. Approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C. Give Prompt Written Notice Thereof To Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D. Designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E. Supervise And Monitor The Implementation Of The Project; I. Construction Monitoring And Testing Forms: • The Use Of Construction Monitoring And Testing Forms That Will Be Provide By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction. • Oversight Of These Forms Will Be Conducted By The Engineering Services (es) Of The Sppf On Behalf Of The Bucor Pdd • Sppf-es To Impose To Contractor Testing Of All Items After Installation And/or Application. Es To Send Pdd Copy Of The Test Report/s. • Sppf-es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project. • In Case There Would Be Substitute Or Alternative To The Original Specification Of Material/s, Sppf- Es To Inform Pdd Of Such Variation. Ii. Bucor Engineer Visits: • Nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits On A Quarterly Basis Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations. • Pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii. Progress Billing Payment: • Sppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Update. F. Pay The Accomplishment Accepted In The Conformance With The Mpss Included Under The Design And Build Contract. I. This Reports And Swa Updates Of The Ippf Es Will Be Reviewed And Approved By Pdd - Nhq Prior To Any Progress Billing Payments Being Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adopted Should The Same Be Found To Be Superior Than The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, Environmental, And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I. Architectural Design A. The Building Should Be Designed With Structural, Electrical, Natural Or Combine Ventilation And Natural Lighting Following Building Design Standards. B. The Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Site Development Plan 2. Vicinity Map 3. Perspective 4. Floor Plans 5. Elevations A. Front Elevation B. Rear Elevation C. Right Elevation D. Left Elevation 6. Sections A. Longitudinal Section B. Cross Section 7. Doors & Window Schedule 8. Plans And Details Of Stairs And Ramps 9. Schedule Of Finishes For Floors, Walls And Ceiling 10. Miscellaneous Details Ii. Structural Design A. The Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B. On The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Structural Design Criteria And Design Notes 2. Foundation Plan 3. Floor Framing Plans 4. Schedule Of Slab, Beams And Girders 5. Schedule Of Columns 6. Schedule Of Footings 7. Structural Details Of Stairs/ramp, If Applicable 8. Roof Framing Plan, If Applicable 9. Schedule And Details Of Trusses, If Applicable 10. Road Design And Details (if Applicable) 11. Miscellaneous Details Iii. Sanitary/plumbing Design A. General • The Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. • All Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. • The Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B. Drainage And Sewerage • The Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, And Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Sewer, Vent And Storm Drainage Layout 4. Enlarged Toilet Plan For Common And Pwd Toilets 5. Isometric Diagram 6. Miscellaneous Details 7. Drainage And Sewerage System 8. Three Chamber Septic Tank Plans And Details C. Water Supply And Distribution System • The Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules And Regulations Governing Health, Safety And Sanitation. • The Contractor Shall Install Elevated Water Storage/s Per Unit Located At The Roof Deck Of The Prison Dormitories. (sufficient Capacity To Supply The Pdl) Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Water Line Layout 4. Water Line Isometric Diagram 5. Water Reservoir Plans And Details 6. Miscellaneous Details Iv. Electromechanical Design A. Sewage Treatment Plant • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Electrical System Layout 4. Mechanical System Layout 5. Instrumentation And Control System Diagrams 6. Piping And Instrumentation Diagrams (p&ids) 7. Equipment Details And Specifications 8. Electrical Power Distribution 9. Emergency Power Systems 10. Grounding And Lightning Protection 11. Control And Monitoring Systems, If Applicable 12. Safety Systems 13. Miscellaneous Details B. Fire Protection System • The Prospective Bidder Shall Prepare A Design For The Fire Protection System In Accordance To The Fire Code Of The Philippines, (irr) Of Ra 9514, And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Sprinkler System 2. Sprinkler System Isometric Diagram 3. Fire Fighting Piping System Diagram 4. Fire Alarm System Layout 5. Fire Suppression System Layout 6. Smoke Management System Layout 7. Fire Pump And Water Supply 8. Miscellaneous Details V. Electrical Design A. The Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines And Other Relevant Laws And Ordinances. B. The Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C. The Prospective Bidder Shall Prepare A Design For Backup Power Generator With Capacity Not Less Than Total Computed Kva Load Without Demand Factor. D. 3-phase Electrical Supply Shall Be Sourced From The Local Electrical Utility. E. Power Line Connection From Main Source To The Facility Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Power Riser Diagram 2. Power Layout System 3. Lighting Layout System 4. Local Area Network System, If Applicable 5. Grounding System 6. Load Schedules 7. Others As Applicable Vi. Other Requirements  Technical Specifications  Boring Test  Structural Design And Analysis And Computation  Final Design And Construction Plans  Upon Award Of Contract, The Contractor Shall Comply The Following: O Prepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. O Submit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I. Permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii. Mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Number As May Be Necessary For His Efficient Undertaking Of The Project. Iii. Clearing, Grubbing And Hauling/disposal Of Debris Iv. Construction Stage As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii. The Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A. The Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C. Sequence Of Timing For Inspection And Tests; D. General Description Of The Design And Construction Methods To Be Adopted; E. Number Of Personnel To Be Assigned For Each Stage Of The Work; F. List Of Equipment Required On Site For Each Stage Of The Work; And G. Description Of The Quality Control System To Be Utilized For The Project. Iv. Any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bureau Of Corrections. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following:  An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or  Payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E. The Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V. As-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi. General Requirements: 1. Temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2. Office Furniture And Equipment, Survey Equipment And Consumables 3. Photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4. Health And Safety Program Including Personal Protective Equipment (ppe) A. All Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B. All Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C. The Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 5. Minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Bulldozer 170 Hp 9. Scraper 515 Hp 10. Truck Mounted Crane, Hydraulic Telescopic Bommer Capacity: 41 – 45 Mt. 11. Crawler Crane 41-45 Mt 12. Generator Set 300 Kw/375 Kva 13. Water Pump 100mm Suction Dia. 14. One Bagger Mixer 4-6 Ft3/min 15. Concrete Vibrator Ey20, 5hp, 32-70mm 16. Vibro Hammer 45000 Kg-m 17. Excavator 17.5 Kw Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 6. Environmental Compliance 7. Communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8. Billboard 9. Traffic Management (if Applicable). Vii. Building Construction 1 Lot One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. 1 Lot 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); 1 Lot Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); 1 Lot Road Networks And Culverts • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts. A. Material Specifications: A. Floor Finishes • Polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms • Plain Cement Finished - Pathways. • Ramps - Anti Slip Pavers Or Tiles • Crs – Unglazed Ceramic Tiles B. Wall Finishes A. Glazed Wall Tiles - 1.8m Height. B. Plain Cement Plaster Finish - For All Buildings And Facilities C. Ceiling Finishes C. Concrete Steel Decking, If Applicable. – Coated In White Enamel D. Painting D. Semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E. Varnish Paint Finish With Weather Proof Coating – For Doors And Jambs Branded, High-end Quality (offices, Etc.), All Wooden Doors Must Have Secondary Steel Doors. F. Use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E. Doors And Windows G. No Doors For Prison Facility Comfort Rooms With 1.20 Meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H. Steel Doors And Grills – For Dormitories, Gates And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F. Waterproofing I. Uv Resistant Polyurethane Waterproofing – For All Roof Deck With Topping Works Provided With Welded Wire Mesh. (at Elevated Water Tank Area) J. Cistern - Polyurethane Waterproofing G. Plumbing Works K. Upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L. Pprc Fusion Type – For All Water Lines High-end Quality M. Contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals N. Sprinkler System To All Prison Dormitories In Accordance With The Provisions Of Revised Plumbing Code Of The Philippines. O. Contractor To Provide A Water System To Supply The Facility 4. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 300,000,000. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5. Proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6. Eligibility Criteria For Bidders 6.1 General The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, If A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2 Legal Requirements A. Valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B. Valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3 Technical Requirements A. The Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50 % Of The Abc. 6.4 Financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php300,000,000.00. 7. Contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii. Pcab License And Registration, In Case Of Jv; 57 Iii. Statement Of All Ongoing Government And Private Contracts; Iv. Statement Of Slcc; V. Nfcc Computation; Vi. Jva, If Applicable; Vii. Bid Security In The Prescribed Form, Amount And Validity Period; Viii. Project Requirements, Which Shall Include The Following: 1. Organizational Chart For The Contract To Be Bid; 2. List Of Contractor’s Personnel (design And Construction), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; 3. List Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix. Omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X. Submission Of Preliminary Conceptual Design Plans: Class “b” Documents I. For Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii. Each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1. Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A. Location Plan/vicinity Map B. Perspective C. Floor Plans D. Front View Elevation E. Rear View Elevation F. Left Side View Elevation G. Right Side View Elevation H. Longitudinal Section I. Transverse Section 2. Design And Construction Method 3. List Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: • Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. • Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. • Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: • Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. • Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. • Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. • Foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4. Value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 7.2 In The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A. Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I Detailed Architectural And Engineering Design; Ii Demolition Works; And Iii Building Construction/civil Works. C. Bill Of Quantities D. Cash Flow And Payments Schedule. 8. Procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1) The First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A. Compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B. Functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C. Safety And Security: Excellent (100%): The Design Features Robust Perimeter Walls, Guard Towers, And Security Features Ensuring Optimal Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Highly Reliable, With Comprehensive Safety Measures For Both Psdl And Staff. Good (80%): The Design Incorporates Effective Perimeter Walls, Guard Towers, And Security Features, With Minor Areas For Enhancement. Fire Protection And Detection Systems Are Reliable, With Adequate Safety Measures For Psdl And Staff. Acceptable (70%) The Design Includes Satisfactory Perimeter Walls, Guard Towers, And Security Features, Meeting Basic Requirements For Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Functional, With Sufficient Safety Measures For Psdl And Staff. Some Reservations (50%): The Design Features Partially Effective Perimeter Walls, Guard Towers, And Security Features, With Notable Deficiencies In Pdl Containment And Facility Security. Fire Protection And Detection Systems Lack Reliability, With Limited Safety Measures For Psdl And Staff. Serious Reservations (20%): The Design Lacks Effective Perimeter Walls, Guard Towers, And Security Features, Compromising Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Inadequate, Posing Significant Risks To Psdl And Staff Safety. Unacceptable (0%): The Design Neglects Perimeter Walls, Guard Towers, And Security Features, Failing To Ensure Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Absent Or Non-functional, Posing Severe Risks To Psdl And Staff Safety. D. Sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. E. Aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub Criteria R = Rating Given To The Criteria/sub Criteria The Actual Score (sact) For Each Of The Criteria/sub Criteria Is Obtained By Adding All The Given Rating. (smax) Is The Summation Of Maximum Score Per Criteria 8.3 Passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A. Pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B. A Bid Or Technical Bid That Failed In Any Of The Criteria’s Will Not Be Considered For Further Evaluation C. Score Above 75% Will Be Considered As Technically Responsive. Aggregate Score Of Less Than 75% Will Be Considered Failed, And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price Which Exceeds The Abc 9. Data To Be Provided By The Bucor These Data Are For Reference Only And Does Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design– Build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A. Detailed Architectural And Engineering Plans B. Design Analysis C. Survey Data D. Quantity Calculation E. Detailed Geotechnical Investigation Report F. Design Report. G. As-built Plans, (printed Including Cad Files And Bim Files (lod 500) H. Other Relevant Documents 11. Design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. Checklist Of Technical And Financial Documents 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; Technical Documents ⬜ (b) 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 Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship 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. And ⬜ (h) Conformity With The Technical Specifications (scope Of Work); And ⬜ (i) Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (q) Cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections 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/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing 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, Except 69.1(f), Of The Irr Of Ra 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/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued Doc. No. _____ Page No. _____ Book No. _____ Series Of ____ Company Letterhead Omnibus Sworn Statement Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) _________________________________________________________________________ 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, 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 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining 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 Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase). 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 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 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And 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 The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date20 Jan 2025
Tender AmountPHP 300 Million (USD 5.1 Million)
7461-7470 of 7506 archived Tenders