Advertisement Tenders
Advertisement Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00006 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱72,375,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00006: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino Contract Id No. : 25b00006 Location : Aglipay, Quirino Brief Project Description : Construction Of Pccp Road, Length = 3,345 Ln.m., 6.690 Lane Km, With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, (0.15m And 0.28m) Thick, 14-day Concrete Road/bridge Construction • Paint Drainage And Slope Protection Structures • Stone Masonry Miscellaneous Structures • Curb And Gutter Cast In Place • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning, Traffic Instruction) • Hazard Markers Chevron Signs • Trees (furnishing And Transplanting) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) Approved Budget For The Contract (abc) : ₱72,375,000.00 Contract Duration : 188 Calendar Days Inclusive Of 14 Unworkable/rainy Days, 37 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 2025 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 139.7 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00011 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Tuguegarao City Boulevard (pinacanauan Bridge 2 & Approaches) 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱139,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00011: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Tuguegarao City Boulevard (pinacanauan Bridge 2 & Approaches). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Tuguegarao City Boulevard (pinacanauan Bridge 2 & Approaches) Contract Id No. : 25b00011 Location : Tuguegarao City, Cagayan Brief Project Description : Gravel Craneway, 1.60m Dia. Bored Pile – 9pcs. (for Pier 2), Substructure @ Abutment A1, Piers 1 & 2, Superstructure Of Span 1, 2, 8 & 9, Slope Protection @ Abutments Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer • Provision Of 4x2 Pickup Type Service Vehicle For The Engineer On Bare Rental Basis, Brandnew • Operation And Maintenance Of 4x2 Pickup Type Service Vehicle For The Engineer Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Earthworks • Excavation (structure) • Foundation Fill • Embankment (from Roadway/structure Excavation, Borrow) • Boulder Fill Subbase And Base Preparation • Aggregate Subbase Course Road/bridge Construction • Structural Steel Sheet Piles, (furnished & Driven) • Concrete Piles Cast In Drilled Holes 1.60 M Dia. • Permanent Casing 1.60 M Dia. 12 Mm Thick • Reinforcing Steel Grade (40 & 60) • Structural Concrete 36.00 Mpa Class A 28 Days • Prestressed Structural Concrete Members 38.00 M Type Vi I-girders • Lean Concrete, Class B, 16.5 Mpa • Elastomeric Bridge Bearing (for Pcdg) Approved Budget For The Contract (abc) : ₱139,750,000.00 Contract Duration : 329 Calendar Days Inclusive Of 22 Unworkable/rainy Days, 64 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bcccp - Bridges: Construction-concrete (superstructure) With Cast-in-place Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Bridges. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11 - March 03, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 18, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before March 03, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On March 03, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 11 - 17, 2025 Conspicuous Place (procurement Bulletin Board): February 11 - 17, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00009 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Tuguegarao - Solana Diversion Road (tuguegarao - Solana Bridge And Approaches), Package 1, Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱144,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00009: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Tuguegarao - Solana Diversion Road (tuguegarao - Solana Bridge And Approaches), Package 1, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Tuguegarao - Solana Diversion Road (tuguegarao - Solana Bridge And Approaches), Package 1, Cagayan Contract Id No. : 25b00009 Location : Tuguegarao City & Solana, Cagayan Brief Project Description : Pier 18: Concreting Of Two (2) Bored Piles (l=47m Per Pile), Tie Beam, Columns, Coping And Installation Of Rebars At Shear Key Pier 19: Concreting Of Two (2) Bored Piles (l=40m Per Pile), Tie Beam, Columns, Coping And Installation Of Rebars At Shear Key Pier 20: Concreting Of Two (2) Bored Piles (l=40m Per Pile), Tie Beam, Columns And Installation Of Rebars At Coping Pier 21: Concreting Of Two (2) Bored Piles (l=40m Per Pile), And Installation Of Rebars At Tie Beam Pier 22-24: Concreting Of Two (2) Bored Piles (l=40m Per Pile) Gravel Platform For Pier 18 To Pier 24 Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Earthworks • Embankment From Borrow – Granular Coarse Material Subbase And Base Preparation • Aggregate Subbase Course Road/bridge Construction • Concrete Piles Cast In Drilled Holes 2.40 M Dia. • Permanent Casing 2.40 M Dia. (12 & 16) Mm Thick • Pile Integrity Testing Crosshole-sonic (l=47m & L=40m) • High Strain Dynamic Testing (p.d.a) • Reinforcing Steel Grade (40 & 60) (bridge) • Structural Concrete 27.58 Mpa Class A 28 Days (bridge) • Elastomeric Bridge Bearing (fix & Movable) Approved Budget For The Contract (abc) : ₱144,750,000.00 Contract Duration : 329 Calendar Days Inclusive Of 22 Unworkable/rainy Days, 64 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bcccp - Bridges: Construction-concrete (superstructure) With Cast-in-place Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Bridges. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025
Province Of Occidental Mindoro Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 5.3 Million (USD 91.5 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Supply, Delivery And Installation Of Cooling, Ventilation, Air Circulation, And Heating Supplies And Equipment 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Supply, Delivery And Installation Of Cooling, Ventilation, Air Circulation, And Heating Supplies And Equipment Under Reference No. B-8661-24-47/omsc Rfq 25-008 With An Approved Budget For The Contract (abc) Of Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Wall Fan (with Installation In Omsc Main, San Jose, Murtha, Sablayan And Mamburao) 578 Units 2,002,192.00 2 Ceiling Fan (to Be Delivered At Omsc Main) 40 Units 173,960.00 3 Ceiling Fan (with Installation In Omsc Main, San Jose, Murtha, Sablayan And Mamburao) 72 Units 334,728.00 4 Stand Fan (to Be Delivered At Omsc Main) 4 Units 11,954.80 5 Water Dispenser (to Be Delivered At Omsc Main) 3 Units 14,685.00 6 Air Conditioning Unit 5 Tonner. 6.0hp (with Installation In Omsc Main) 7 Units 1,526,980.00 7 Air Conditioning Unit, 2.0hp (with Installation In Omsc Main) 5 Units 328,900.00 8 Air Conditioning Unit, 1.5hp (with Installation In Omsc Main) 1 Unit 56,100.00 9 Air Conditioning Unit, 3.0hp, Split Type (with Installation In Omsc Main) 3 Units 409,500.00 10 Air Conditioning Unit, 2.0hp, Window Type (to Be Delivered At Omsc Main) 9 Units 450,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Including Installation And Testing Is 90-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, One Or Two Contracts That Is / Are Similar To This Project, The Aggregate Amount Of Which Must Be Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 24 To March 3, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 28, 2025 - 2:00 Pm At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Supply / Delivery Of Cooling, Ventilation And Air Circulation Supplies And/or Equipment Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, One Or Two Similar Contracts, Aggregate Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By 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. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 24 To March 3, 2025 Availability Of Request For Quotation Beginning February 24 To March 3, 2025 Pre-negotiation Conference February 28, 2025 (monday), 2:00pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of March 3, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of March 3, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cathelyn M. Alacaba Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 / Mobile No. 09189574839 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 24, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:roseburg delineated Area: north:kenneth Ford Dr south:se Ichabod St east:ne Pamona St west:loma Vista Dr gross Square Feet: 772 - 965 net Square Feet: 552 - 690 space Type: Retail gov Parking Spaces (total):2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Municipality Of Naguilian, La Union Tender
Software and IT Solutions
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.7 K)
Details: Description 1 Unit Printer Print, Scan, Copy With Adf, Print Speeds Up To 17ipm For Black And 9.5ipm For Colour, Auto-duplex Printing, Wi-fi & Wi-fi Direct 1 Unit Scanner Scanning Speeds Of Up To 35 Ppm / 70 Ipm, Automatic Document Feeder (adf) Of Up To 100 Sheets. Daily Duty Cycle Of 4,000 Pages, One-pass Duplex Scanning, Wireless Connectivity, Scan-to Function Without Having To Use The Pc, Paper Protection Function And Image Sensor Glass Dirt Detection 1 Unit Laptop "processor: 10 Core Ram: 16 Gb Ddr4 Ram Storage: 1tb Ssd Pcie 3.0 Display: 14 Inch Wuxga Ips Windows 11 Home Microsoft Office 2021 Student Microsoft 365 Basic" 1 Unit Desktop Computer "processor (cpu): 6 Cores, 12 Threads, 3.7 Ghz Base Clock (boosts Up To 4.4 Ghz) Graphics: 4gb Video Memory Memory (ram): 16gb Ddr4, Dual-channel (2x8gb), 3200mhz Storage: 1tb Ssd Power Supply (psu): 650w, 80+ Efficiency Rating Case: Micro Atx Case Monitor: 24-inch, 1080p, 60hz Keyboard And Mouse Operating System: Windows 11 With Microsoft Office 2021" 2 Units Desktop Computer Processor: 4-core/8-threads 6mb Smart Cache Gpu: Uhd Graphics 630 (4k) Memory: 8 Gb Ddr4 2600 Mhz Storage: Ssd 250 & Hdd 1tb Monitor: 24" Accessories: *uniterruptable Power Supply (ups) 1500 Va *keyboard *mouse *speaker *webcam With Microphone *headset With Microphone 3 Units Printer Can Print, Scan, Copy Up To A4 Size 3 Units Laptop Processor: 8 Cores, 16 Threads, 3.1 Ghz Up To 4.5 Ghz, 20 L Cache Memory Memory: 12gb Ddr5 4800 Mhz Storage: 512gb M.2 2242 Pcie Nvme Ssd Graphics: 8gb Gddr6 Display: 15.6" Full Hd (1920x1080) 144hz Operating System: Windows 11 Home 64bit Pre-installed Software: Microsoft Office Home & Student 2021 Additional Features: Webcam/ Backlit Keyboard/ Wifi/ Bluetooth/ Lan/ Audio Port/ Usb Port Additional Accessories: Laptop Bag, Wireless Mouse 1 Unit Wi-fi All-in-one Printer Print, Scan, Copy, Fax With Adf Wifi, Wifi Direct Photocopy Up To Legal Size 1 Unit Desktop Computer Processor: 16 Cores And 24 Threads, 30mb Cache Upto 5.20 Ghz Motherboard: 4 Dimm, 2 X M.2 Slots And 4 X Sata 6gb/s Ports Ram: 16gb Gpu : 8gb Gddr6x Ssd: 1 Terabyte Psu: 600 Watts -monitor: 24” -ups -keyboard -mouse -speaker Software - Windows 11 Pro - Office Home Student 2021 1 Unit High End Laptop Keyboard: Blue Backlit Gaming Keyboard & Transparent Wasd Keys Panel:15.6" Fhd (1920*1080). 144hz 45% Ntsc Ips- Level Gpu, V-ram: Rtx 4050, Gddr6 6gb Chipset: Integrated Soc Cpu: Raptor Lake I7-13620h Atleast Total 10 Cores, 16 Threads, Min 3.60ghz And Max 4.90 Ghz Max Turbo, 24 Mb Intel Samrt Cache Memory: Ddr Iv 16gb*2 (3200mhz) Storage:512gb Nvme Pcie Ssd Gen4x4 W/o Dram + 1tb Hdd Wlan: Intel R Wi-fi 6e Ax211 Webcam/audio: At Least Hd Cam (30fps@720p), 2x 2w Speaker, Hi-res Audio Certified Connectivity: Minimum Of 1xtype-c Usb3.2 Gen1 W/ Dp1.4 X Type-a Usb3.2, 1 X Hdmi (4k@30hz), 1x -- Mic-in, 1x Headphone -out, 1x Rj45, Dx-in Adapter/battery: 120w/ 3-cell, 52.4 Whr Inclusive Of Endpoint Security And Web Filter Features With Latest Windows Professional Operating System (64-bit) Licensed, At 1 Year Free Subscription For Antivirus, Office Software (perpetual), And Pdf Editor (perpetual) With Laptop Bag, Wireless Mouse With Mousepad With Warranty At Least 1-year 1 Unit Dlsr Camera With Assessories "body: 26.2mp Full-frame Cmos Sensor Effective Iso: 100 - 40,000 (l:50, H1:51,200, H1:102,400) Effective Pixels (megapixels): 26.2 Lcd Monitor (size) (inch): 3.0 Lcd Monitor Resolutions (dots): 1,040,000 Memory: 128 Gb 2 Lens: - 24-105mm - 18-150mm F/3.5-6.3 Is Stm Assessories: Flash: 1/1024 Micro Flash With Flash Recycling Time As Fast As 0.1sec Control Up To 15 Speedlites Wirelessly Via Radio Transmission Approx. 350 Maximum Flash Count At 1/1 Power And Dust & Drip Resistance Battery: 3 Extra Battery " 1 Unit Sound System With 4 High End Mic Speaker - Powerful Sound: 240w Rms Output With Deep Bass And Clear Highs. - Battery: Up To 18 Hours Playtime; 3-hour Recharge Time. - Portability: Telescopic Handle And Sturdy Wheels. - Splashproof: Ipx4-rated For Water Resistance. - Connectivity: Bluetooth 5.4, Usb, Aux, Mic, And Guitar Inputs. 4 Wireless Mic - 4 Channel Wireless Microphone - 16 Rechargable Batteries - Universal Charger 2 Units Desktop Computer "processor (cpu): 6 Cores, 12 Threads, 3.7 Ghz Base Clock (boosts Up To 4.4 Ghz) Graphics: 4gb Video Memory Memory (ram): 16gb Ddr4, Dual-channel (2x8gb), 3200mhz Storage: 480gb Ssd Power Supply (psu): 650w, 80+ Efficiency Rating Case: Micro Atx Case Monitor: 24-inch, 1080p, 60hz Keyboard And Mouse Operating System: Windows 11 With Microosoft Office 2021" 2 Units Scanner " - A4 Duplex Document Scanner - Scan Speed: 35 Pages Per Minute - Automatic Document Feeder (adf) With A 50-sheet Capacity - Advanced Color And Image Adjustments - Usb Connectivity" 1 Unit Dslr Camera "body: - Sensor:24.1mp Aps-c Cmos Sensor & Digic 4+ Image Processor - Iso Range: Standard Iso 100 - 6400 (expandable To 12800) - Video: Full Hd 1080p Video Up To 30fps - Focus System: 9-point Autofocus - Connectivity: Smartphones, Connect Station, Wi-fi Printer Lens Kit: 18 - 55 Mm " 1 Unit Smart Projector " - Resolution: Full Hd(1080p) - Brightness: 3000 Lumens - Zoom: 1.0 – 1.35 (digital Zoom) - Lamp Life: (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) - Connectivity: Hdmi: 1 (hdcp 1.4) - Audio: 5w Built-in Speaker, Audio Out " 1 Unit Laptop "processor (cpu): 4 Cores, 8 Threads, 4.70ghz Max Turbo Frequency Memory (ram): 8gb Ddr4 3200mhz Storage: 512gb M.2 Nvme Display: 15.6"" Fhd Operating System: Windows 11 With Microosoft Office 2021" 1 Unit Tablet Display: 11-inch Processor: 8-core Cpu, 9-core Gpu Storage: 128gb Camera: 12mp Wide Rear, 12mp Ultra Wide Front Battery: Up To 10 Hours Of Web Surfing Schedule Of Bidding Advertisement/post-january 10-20, 2025 Issuance Of Bid Documents- January 10-30, 2025 Submission And Opening Of Bids- January 30, 2025, (thursday) 10:00am Bac Office, Municipal Compound, National Road, Ortiz, Naguilian, La Union
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Port Angeles delineated Area: north: City Limits Of Port Angeles south:city Limits Of Port Angeles east:city Limits Of Port Angeles west:city Limits Of Port Angeles gross Square Feet:1,300 net Square Feet:1,144 space Type: Retail gov Parking Spaces (total): 5 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 1/31/2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 73.6 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00017 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Cauayan City Bypass Road, Isabela 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱73,665,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00017: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Cauayan City Bypass Road, Isabela. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Cauayan City Bypass Road, Isabela Contract Id No. : 25b00017 Location : Luna, Isabela Brief Project Description : Road Construction, Length = 541.54 Ln.m, 2.16616 Lane Km., With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarter Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Earthworks • Excavation (structure, Pipe Culverts And Drain) • Foundation Fill • Embankment (from Roadway/structure Excavation & Borrow) Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, (0.23 & 0.30)m Thick, 14-day Concrete Road/bridge Construction • Reinforcing Steel Grade (40 & 60) • Structural Concrete 20.68 Mpa Class A 14 Days • Structural Concrete 27.58 Mpa Class A 28 Days • Paint Drainage And Slope Protection Structures • Pipe Culverts 910 Mm Dia. Class Iv Rcpc • Removing, Cleaning, And Relaying Salvaged Culvert Pipe 910 Mm Dia. • Grouted Riprap A (apron) Miscellaneous Structures • Road Signs (warning, Regulatory And Traffic Instruction) • Hazard Markers Chevron Signs Approved Budget For The Contract (abc) : ₱73,665,500.00 Contract Duration : 188 Calendar Days Inclusive Of 13 Unworkable/rainy Days, 36 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 2025 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 2025
City Of Pagadian Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-05-030/rf24-1000-2a-1g (information And Communication Technology And Equipment) With An Approved Purchase Request Nos. 210 Pagadian City, As Described Below: Pbg-2025-01-14 Procurement Of Accessories And Rehabilitation Of Video Surveillance System Of Close Circuit Television,this City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Piece 5ghz Directional Client - 16dbi 32,400.00 32,400.00 * Primary Use: Standard Client, Suitable For Most Conditions * Antenna Type: Flat Panel *antenna Gain: 16dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage: 30 Vdc * Dimensions: 12.4 X 25.1 X 11.9 Cm (4.9 X 9.9 X 4.7 In) * Weight-: 0.50 Kg (1.1 Lb) * Environmental: Ip55 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-007, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 2 2 Pieces 5ghz Directional Client - 16dbi 36,200.00 72,400.00 * Primary Use: High Gain Client Useful For Though Climates,longer Distances Or Industril Sites * Antenna Type: Flat Panel *antenna Gain: 19dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage:: 30 Vdc * Dimensions: 27.8 X 27.8 X 4.5 Cm (10.9 X 10.9 X 1.8 In) Without Mountaing Bracket * Weight-: 1.45 Kg (3.2 Lbs) * Environmental: Ip67 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-0047, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 3 1 Pieces 20- Port Enterprise Gigabit Poe Network Switch 310,300.00 310,300.00 * Throughput: 112 Gbps *mbps Rj45 Ports :16 * 10 Gbps Fiber Ports (sfp+): 4 * Poe+enabled Ports 802.3af/at/bt:16 * Low Voltage Passive Poe (24 V): 8 * High Power 4 Ppoe (up To 90 W): 8 * Dram: 512 Mb * Power Supply : Crps Dependent * Cpu Speed: 800 Mhz * Leds Per Port: Link/activity, Poe * 802.3af/atbt Poe (54v): Ports 1-16 * 24v Passive Poe -up To 15w: Ports 9-16 * 54v Passive Poe -up To 90w: Ports 1-8 * 54v Passive Poe -up To 30w: Ports 9-16 *poe Max Power Per Port: 30w/90w *temperature Ranges: 10⁰c Up To 65⁰c 4 7 Pieces 10-port Enterprise Gigabit Poe Network Switch 48,200.00 337,400.00 * Throughput: 20 Gbps *10/100/1000 Ports: 8 * Uplink Ports: 2 Sfp *poe+ Enabled Ports 802.3af/at:8 * Dram: 512 Mb *power Supply; 100240 Vac * Max Switch Power: 10.54w *cpu Speed: 800mhz * Leds Per Port: Link/activity, Poe * Poe+power Budget: 75 W *poe + Voltage: 54v * Poe Max Power Per Port: 30 W * Temperature: 0⁰c To 50⁰c (32⁰f To 122⁰f) * Storage Temperature: (-40⁰f To 158⁰f) 5 1 Piece 49-inch 3.5mm Lcd Display Unit 216,500.00 216,500.00 * Screen Siz: 49 Inches Backlight: Direct -lit Led Backlight Pixel * Pitch:0.56 Mm *physical Seam: 3.5 Mm * Bezel Width: 2.3mm (top/left), 1.2 Mm (bottom/right) * Brightness: 500 Cd/m² * Viewing Angle: Horizontal 178⁰, Vertical 178⁰ * Video & Audio Input: Hdmi X 1, Dvi X 1, Vga X 1, Usb X 1 * Power Consumption: =134 W * 4k Signal Input, Auto Loop Up To 30 Screens With Hdmi/dp Interfaces * Anti-glare, High Definition, High Brightness, High Color Gamut, And Vivid Images With Rich Colors * Metal Casing For Preventing From Radiation And Magnetic & Electric Field Interference * Wall-mount And Modular Brackets Available To Meet Various Installation Requirements 6 1 Piece 4mp Ir Varifocal Bullet Network Camera 36,200.00 36,200.00 * 1/3" Progressive Scan Cmos * 2688 X 520 @30fps * 2.7 To 13.5 Mm Varifocals Lens * Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir * H.265+, H.265, H.264+,h.264 * Three Streams * 120db Wdr * Junction Box Included In The Package * Blc/3d Dnr/roi/hlc * Ip67 * Built - In Micro Sd/sdhc/sdxc Card Slot, Up To 128 Gb * 3-axis Adjustment * Metadata Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 7 10 Pieces Power Over Ethernet (poe) Adapters, 60w 2,500.00 25,000.00 * Output Voltage: 50vdc @ 1.2a * Rated Voltage: 100-240vac @ 50/60hz * 4-pair Powering: Pins 1,2,4,5 (+) And Pins 3,6,7,8 (-) * Data In /poe: Rj45 Shielded Socket 8 1 Piece Outdoor Carrier Class Shielded Ethernet Cable 29,800.00 29,800.00 * Industrial-grade Ethernet Cable That Protects Your Network From Elemental And Electrostatic Damage * Category 5e Cable * Insulated, Weatherproof Cable Jacket * Internal Foil Shielding And Drain Wire For Increased Esd Damage Protection * Internal Anti-crosstalk Divider To Preserve Signal Integrity In High Traffic Areas * Cable Length 305 M 9 1 Lot Installation Materials 135,000.00 135,000.00 10 1 Lot Installation, Termination, Commisioning And Testing, Included On-site Project Management & Training And Transportation 245,000.00 245,000.00 Grand Total 1,440,000.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 31,2025 To February 7,2025 2-issuance Of Eligibility Forms /bid Documents February 6,2025 To February 17,2025 3-pre-bid Conference Fbruary 4,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 17,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P1,400.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31,2025 To Febraury 7,2025
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Washington city: Bellingham delineated Area: north: E Bakerview Road south: Birchwood Avenue east: James Street west: Meridian Street gross Square Feet: 3,564 net Square Feet: 2,916 space Type: Retail gov Parking Spaces (total): 10 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: Febuary 28,2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Lowest Overall Cost And Technical Requirements Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
8501-8510 of 9627 archived Tenders