Architect Tenders
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: This Announcement Constitutes A Synopsis For The Purpose Of Notifying Industry Of The Government’s Intent To Release A Request For Proposal Under Naics Code 236220, Commercial And Institutional Building Construction. It Does Not Constitute A Formal Request For Proposal (rfp). the Daf 66th Air Base Group Civil Engineer (66 Abg/ce) Requires Management, Labor, Material, Equipment, Transportation, Supervision, And Architectural Engineering Services (as Required) To Accomplish Simultaneous Maintenance, Sustainment, Repair, And Minor Construction Projects Issued Under The Multiple Award Construction Idiq Contract (macc) Located On The Following Air Force Installations: Hanscom Air Force Base (hafb) – Bedford, Ma; Hafb Famcamp, Bedford, Ma; Patriot Golf Course, Bedford, Ma; Sagamore Hill Solar Observatory – Hamilton, Ma; Fourth Cliff Recreation Annex – Humarock, Ma; Cape Cod Air Force Station – Sagamore, Ma; And New Boston Air Force Station – New Boston, Nh. This Contract Will Be Task Order (to) Based. To Requirements May Include Complete Design Documents (i.e. Plans And Specifications) Or Will Consist Of A Design-build (db) Request For Proposal (rfp). The Contracting Officer (co) Will Issue The Rfp To All Awardees Of The Multiple Award Construction Contract (macc) Describing Basic Requirements For Each Individual To On An As Needed Basis. Each To Will Be Awarded In Accordance With Rfp Criteria. The Government Will Require Prompt Response And Execution Of Tos. the Work Performed Under This Contract Will Be Complex In Nature, Require Multiple Trades, And May Require Detailed Engineering Design To Be Performed By Registered / Licensed Engineers And Architects. this Competitive Small Business Set-aside Is A Selection That Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 15, As Supplemented, Department Of Defense (dod) Source Selection Procedures, Department Of The Air Force Federal Acquisition Regulation Supplement (daffars), Mandatory Procedure (mp) 5315.3, And As Further Refined In This Solicitation. The Government Intends To Award Hanscom Multiple Award Construction Contract (macc) Indefinite Delivery/indefinite Quantity (idiq) Contract(s) To A Target Of Up To Three (3) Small Business Contractors. The Small Business Contractors Receiving A Macc Idiq Contract Will Also Receive An Initial Pre-construction Kick-off Task Order Which Will Meet The Minimum Ordering Quantity. Among The Small Business Contractors Receiving A Macc Idiq Contract, The Government Also Intends To Award The Building 1106 Conference Center Hvac Task Order. the Government Requests That Initial Feedback, Comments, And Questions Be Received No Later Than Fifteen (15) Calendar Days From The Posting Date Of This Notice To Sam.gov. Please Submit All Questions, Comments And Feedback Regarding This Notice Via Email To The Following Points Of Contact: Courtney Petterson, Contracting Officer: Courtney.petterson@us.af.mil. David Conquergood, Contract Specialist: David.conquergood.1@us.af.mil. this Notice Is For Planning Purposes Only And Does Not Constitute A Request For Proposal Nor Does The Issuance Restrict The Government To A Single Acquisition Approach. The Government Will Not Pay For Any Information Received In Response To This Notice Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided To Aflcmc. No Telephone Response Will Be Accepted. Any Information Submitted By Respondents To This Notice Of Contract Action Is Strictly Voluntary. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted.
Offizielle Bezeichnung Tender
Others...+3Civil And Construction, Consultancy Services, Civil And Architectural Services
Germany
Closing Date14 May 2025
Tender AmountRefer Documents
Description: Contract notice - general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Sachsenhausen town hall partial renovation optimisation of use general planning for the service specifications in accordance with Hoai § 34 Ff., 49 Ff. and 53 Ff. service phases 2-9 Sachsenhausen town hall partial renovation optimisation of use ... More Sachsenhausen town hall partial renovation optimisation of use general planning for the service specifications in accordance with Hoai § 34 Ff., 49 Ff. and 53 Ff. service phases 2-9 Sachsenhausen town hall partial renovation optimisation of use Significance of the building: The administrative building of the town of Waldeck, the Sachsenhausen town hall, was built in 1812 and is listed as a cultural monument. The plastered half-timbered building is an object that defines the townscape. Previous use: The ground and upper floors are currently used for administrative purposes. The attic houses meeting rooms and archives. Desired use, planned construction measures: The city of Waldeck has an urgent need for additional office space. At the same time, the building's functional significance for the Sachsenhausen town center is to be enhanced by creating publicly accessible spaces. The conversion of the attic into partially publicly accessible spaces (A) for committee meetings and (B) for use by clubs or social organizations is intended to strengthen the building's significance for the city's community. Feasibility study: In order to obtain a reliable basis for further consultation and planning for the town hall renovation, the city of Waldeck commissioned a feasibility study and completed it in 2023/2024. The results were communicated within the administration. It is attached to the tender documents as "anlage01-mbs_anonymisiert.pdf" and forms the basis for this tender. Preliminary design assignment: Although the city has a preliminary design with the MBS, the planning team is to create a consistent preliminary design involving all specialist planners. Deviating from the results of the MBS, variants must also be developed in some areas: - 2nd escape route - Design of the common areas around the coffee kitchens - File storage: A concept for the temporary storage of files that are still in use is to be developed during the planning phase. Condition assessment: To verify the cost estimates of the feasibility study, the city of Waldeck has also commissioned an engineering and condition assessment, which will specifically record the building structure (timberwork) above the upper floor (ground floor ceiling and the mansard roof construction) and examine it for damage and defects in the exposed areas. A rough structural analysis will be prepared. The results of this study are expected to be available in June 2025. Monument protection: The study results were agreed upon in advance with the lower monument protection authority of the Waldeck-Frankenberg district. The results of the meeting are set out in the specifications. Urban Development Funding Program "Living Centers": Since the project is to be funded to a significant extent with funds from the "Living Centers" urban development funding program, a presentation and discussion of the results of the feasibility study took place on April 23, 2024, to clarify the planning's technical approval potential as part of the feasibility study with the WI-bank, Technical Construction Assessment Department. The results of the meeting are included in the tender documents as Appendix 02-240624_abstimmung_wi-bank_protokoll_mbs.pdf. Technical Construction Review: The planning status for the building application also requires a technical construction review by the WI-bank. The compilation of the technical construction review documents, ongoing communication with the inspection authority, the continuous updating of the cost estimates in accordance with DIN 276 of 2008 (!), as well as the preparation of the technical construction use certificate after completion of the construction project are recognized as special services. Cost framework The net construction costs for the project are currently estimated at approx. €2,543,000 and are expected to be made up as follows: Kg 200 Not planned Kg 300 €1,737,000 Including approx. €109,000 dismantling Kg 400 €756,000 Including Kg410 wastewater, water, gas systems: €80,000 Kg420 heat supply: €45,000 Kg430 ventilation systems including fire protection work €240,000 Kg440 high voltage systems including lightning protection €304,000 Kg450 telecommunications + information technology. Attachment: €55,600 Kg480 Building automation: €32,000 Kg600 €110,000 Including approx. €20,000 kitchens and €30,000 bicycle shelter Kg600 €50,000 Furniture that will be procured by the city and does not represent eligible costs for the calculation of the fee Schedule Commissioning of GP team end of July 2025 Start with Lp3 based on the Mbs August 2025 Technical construction inspection December 2025 - February 2026 Building application December 2025 Building permit March 2026 Sending tenders from April 2026 Awarding of main construction trades from June 2026 Awarding of technical trades from June 2026 Start of construction July 2026 Awarding of finishing trades from August 2026 Completion of construction October 2027 Billing December 2027 Scope of Services Planning Services A general planner is sought for the construction project who, as an architect, will coordinate all planning. This is expected to include the object and specialist planning for the following scope of services: Building general planning and building planning (hoai §33 ff. Lp 2-9) Structural planning (hoai §49 ff. Lp 1-6) Technical building equipment (hoai §53 ff. System groups 1, Lp 1-9, System groups 2-5 + 8, Lp 1-3 + 5-9) Fire protection planning according to AHO Volume 17 Building physics thermal insulation and energy balancing (hoai Annex 1 Paragraph 1.2.3 Lp 2-5) Building physics building acoustics (hoai Annex 1 Paragraph 1.2.4 Lp 2-5)
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 700 K (USD 12 K)
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 1. Cad-25-services-0214b City Architect Department Line 1: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (offices) At Villa Verde Subdivision At Barangay Sta. Monica 100,000.00 General Fund 20 Cd Line 2: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking And Basketball Court) At St. Dominic 9 Subdivision, Barangay Talipapa 100,000.00 General Fund 20 Cd Line 3: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (parking, Basketball Court) At Pleasantville Subdivision, Barangay Talipapa 150,000.00 General Fund 20 Cd Line 4: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking Area, Covered Basketball Court) At Barangay U.p. Village 150,000.00 General Fund 20 Cd Line 5: Conduct Of Geotechnical Investigation For The Proposed Expansion Of Animal Care And Adoption Center (pet Crematorium) 100,000.00 General Fund 20 Cd Line 6: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Fire Sub-station At Barangay Sta. Lucia 100,000.00 General Fund 20 Cd 1. The Quezon City Local Government, Through The General Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, February 25, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00a.m. Of Tuesday, March 04, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 11:00a.m. Of Tuesday, March 04, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 9. The Quezon City Local Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. no Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Naval Facilities Engineering Systems Command Southeast (navfac Se) Is Seeking Qualified And Interested Parties In Any Of The Following Categories: Service Disabled Veteran-owned Small Business (sdvosb), And/or Small Business (sb) Sources, U.s. Small Business Administration Certified 8(a) Program Participants, Hubzone Small Business (hubzone), And Women Owned Small Business (wosb), With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform. the Work Will Be Performed In The Area Of Operations (ao) For Navfac Se, Which Includes, But Is Not Limited To, The States Of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, And Texas.projects Are Planned To Be Issued As Task Orders Under Multiple Award Construction Contracts (maccs).the Work To Be Performed Consists Of, But Is Not Limited To: New Construction, Renovation, Alteration, Demolition, And Repairs Of Electrical Power Generation Plants, Electrical Transmission Systems, Electrical Distribution Systems, Outdoor Lighting, Airfield Lighting, Secondary Electrical Components, And Other Electrical Utilities Efforts, Including Storm Recovery For The Area Of Responsibility Managed By Navfac Se. projects Will Require Either Single Discipline Or Multi-discipline Design Services Or May Include 100% Construction Performance Specifications. Projects May Be Based On Design-build Or Full Plans And Specifications Format And May Also Require Comprehensive Interior Design And Incorporation Of Sustainable Features. contracts Will Be For One (1) Five-year Ordering Period. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $249,000,000 ($249m) Over The Five-year Period Over The Five-year Period. A Per-contract Maximum Will Not Be Identified. Task Orders Will Be Firm-fixed-price And Will Range From $500,000 To $30,000,000. Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Navfac Chief Of The Contracting Office. Macc Contractors May Be Asked To Respond To Multiple Requests For Proposals (rfps) In A Short Timeframe (e.g., Four (4) Or Five (5) Rfps Issued Within A 30-day Period). if The Solicitation Is Issued As A Small Business Set-aside, Then In Accordance With Federal Acquisition Regulations (far) 52.219-14, Limitations Of Subcontracting, For General Construction, The Prime Contractor May Not Pay More Than (85%) Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Material, To Subcontractors That Are Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85% Subcontract Amount That Cannot Be Exceeded. the North American Industry Classification System (naics) Code Is 238210 – Electrical Contractors & Other Wiring, With A Small Business Size Standard Of $19,000,000 ($19m). contractor Information: Provide Your Firm’s Contact Information, To Include Its System For Awardmanagement (sam) Unique Entity Identifier And Cage Code Numbers. indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: Yes No. type Of Business: U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov. bond Capacity: Provide Your Firm’s Surety’s Name, Your Firm’s Maximum Bonding Capacity Per Individual Project And Aggregate Bonding Capacity. experience Submission Requirements: Submit A Minimum Of Three (3) Design-build Or Design-bid-build Projects That Demonstrate Multi-discipline, Architectural, Engineering, Construction Experience As The Prime Contractor In Performing Efforts Of A Similar Size, Scope And Complexity To The Project Description Above (construction, Renovation, Alteration, Demolition And Repair Work, Including The Necessary Design); And Completed Within The Last Seven (7) Years With A Completed Value Of $500,000 Or Greater. submissions Shall Contain The Following Items (1-7) For Each Project Submitted For Consideration: include Contract Number, If Applicable. indicate Whether Prime Contractor Or Subcontractor. contract Value. completion Date. government/agency Point Of Contact And Current Telephone Number. project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size, Scope And Complexity To The Project Description In This Announcement; And How The Contract Referenced Relates To The Project Description Herein. identify Whether Your Firm Used In-house Design Capacity Or Used An Architect/engineer (a/e) Firm To Provide Design Services. Indicate Whether Your Firm Has An Established Working Relationship With The Design Firm, If Applicable. capability Statements Consisting Of Appropriate Documentation, Literature, Brochures Will Be Accepted Providing It Contains All The Information Required Above (items 1-5). Complete Submission Package Shall Not Exceed 10 Pages.please Respond To This Announcement By 3:00pm Eastern Time On 23 January 2025 Via Email To Darrien.a.thomas.civ@us.navy.mil And A Copy To Matthew.j.abbott5.civ@us.navy.mil. The Subject Line Of The Email Shall State: Electrical Utilities Macc Sources Sought Response. Responses That Do Not Meet All Requirements Or Are Not Submitted With The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation. Navfac Se Will Utilize The Information For Technical And Acquisition Planning. All Proprietary Information Not To Be Disseminated Outside The Government Must Be Clearly Marked And Identified. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Participants.
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 400 K (USD 6.9 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number 2025-190 Location Of The Project – Tuguegarao City Request For Quotation Date:03/11/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am March 17, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Lot 1 400,000.00 Preventive Maintenance, Calibration Certification Piece 1 Architect Machine With Biomedical Refrigerator Piece 1 Autoclave Piece 1 Apheresis Machine Piece 3 "centrifuge (bench-top & Serological 28 Placer)" Piece 2 Biomedical Refrigerator Piece 3 2-door Blood Bank Refrigerator Piece 1 Blood Collection Mixer Piece 2 Ultra Low Freezer Piece 1 Hematology Analyzer 3parts Piece 2 Hemoglobinometer Piece 6 Micropipette Piece 2 Microscope Piece 2 Platelet Incubator With Agitator Piece 1 Refrigerated Centrifuge Piece 2 Sealer Piece 14 Temperature & Humidity Piece 3 Weighing Scale Piece 1 Waterbath Terms And Conditions: - The Supplier Shall Contact The End User On The Scheduled Conduct Or Preventive Maintenance, Calibration And Certification - Statement Of Account Or Official Receipt Shall Be Given To The End User Every After Conduct Of The Activty - The Service/inspection Report Shall Be Emailed To The End User Within 5 Working Days Of The Completion Of The Activity - See Attached Frequency Of Preventive Maintenance And Calibration Preventive Maintenance And Calibration Of Cagayan Valley Regional Blood Center Machines/equipment Page 1 Of 2 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Approved Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-02-0448 Page 2 Of 2 /kevin
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Create Cardiovascular Center Minor Construction Project At The Orlando Va Medical Center Located In Orlando, Fl. project Description:
the Project Includes A Proposed 5,295-sf Building Addition And A 1,697-sf Building Addition To The Northeastern And Southwestern Portion Of The Existing Southeast Wing Of The Orlando Va Medical Center In Orlando, Florida. We Understand The Smaller Addition Will Be Single-story. The Larger Addition Will Also Be Single Story But Will Have A Mechanical Floor Above. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid July 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 28, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
shawn Tavernia
contract Specialist shawn.tavernia@va.gov secondary Point Of Contact: bridget E. May
contracting Officer bridget.may@va.gov
Province Of South Cotabato Tender
Laboratory Equipment and Services
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 22.1 Million (USD 381.9 K)
Details: Description Republic Of The Philippines Province Of South Cotabato Bids And Awards Committee Capitol Compound Alunan Avenue, Koronadal City Tel. Fax No.: (083) 228-9951/228-8570 Invitation To Bid For The Supply And Delivery Of Various Laboratory Reagents (early Procurement – Short Of Award) 1. The Provincial Government Of South Cotabato, Through The General Fund Annual Budget 2025, Intends To Apply The Sum Of P22,166,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Laboratory Reagents / Itb No. 25-0013, As Named Below: - Reagents - Compatible With Cell Dyne P 1,381,524.00 – Ps 1 Ruby Hematology Analyzer. - Reagents - Compatible With Vitek Ii P 6,878,954.00 – Ps 2 And Bactec Machine. - Reagents - Compatible With Vidas Machine. P 2,338,752.00 – Ps 3 - Reagents - Compatible With Architect Machine. P 6,084,395.00 – Ps 4 - Reagents - Compatible With Easylyte Analyzer. P 718,050.00 – Ps 5 - Reagents - Compatible With Coagulation P 647,480.00 – Ps 6 Analyzer (wondfo). - Reagents - Compatible With Beckman P 1,131,500.00 – Ps 7 Coulter Dxh500 5part Semi-automated. - Reagents - Compatible With Optilite Analyzer P 817,700.00 – Ps 8 Machine. - Reagents - Compatible With Arkray Ha-8380v. P 1,678,145.00 – Ps 9 - Reagents - Compatible With Afinion. P 490,000.00 – Ps 10 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of South Cotabato Now Invites Bids For The Supply And Delivery Of Various Laboratory Reagents. Delivery Of The Goods Is Required Within 20 Calendar Days From The Receipt Of Notice To Proceed (ps 1 – Ps 10). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country, The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of South Cotabato And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Mondays-fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 04, 2024 To January 08, 2025, 12:00 Noon From The Given Address And Website(s) Below And Upon Payment Or Depositing To The Provincial Government Of South Cotabato, Development Bank Of The Philippines - Marbel Branch With Savings Account Number: 1057-935-1, Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,382.00/set (ps 1), P6,879.00/set (ps 2), P2,339.00/set (ps 3), P6,084.00/set (ps 4), P718.00/set (ps 5), P647.00/set (ps 6), P1,132.00/set (ps 7), P818.00/set (ps 8), P1,678.00/set (ps 9) & P490.00/set (ps 10). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. 6. The Provincial Government Of South Cotabato Will Hold A Pre-bid Conference On December 11, 2024, 2:00 Pm At Bac Office, Provincial Capitol Compound, Alunan Avenue, City Of Koronadal And/or Through Video Conferencing Or Webcasting Via Zoom Meeting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 08, 2025, 2:00 Pm At The Given Address Below And/or Via Zoom Meeting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of South Cotabato Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: John B. Magbanua Head, Bids And Awards Secretariat/twg Provincial Capitol Compound, Alunan Avenue Koronadal City, South Cotabato (083) 228-9951 Or 228-8570 Email-add: Bacpgsc2016@gmail.com Website: Www.southcotabato.gov.ph/open-contracting 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.southcotabato.gov.ph/open-contracting Or Https://notices.philgeps.gov.ph Date Of Issue: December 04, 2024 (sgd)atty. Marnito B. Cosep Provincial Legal Officer Bac Chairman
DEPT OF THE ARMY USA Tender
Other Consultancy Services...+1Consultancy Services
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For A Firm, Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract, For Topographic And Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations To Include The Chesapeake Bay, The Eastern Shore Of Virginia, Several River Basins Within Virginia, And Portions Of Northeast North Carolina. description Of Work: the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Hydrographic Surveying Of Navigation Channels Withing Usace Norfolk Districts Area Of Operations. In Addition, This Contract Requires Topographic, Geodetic, And Property Surveys In Support Of These Federal Navigation Projects. the Following Is The General Description Of The Survey Contemplated To Be Performed Under The Anticipated Idc: Note Final Deliverables Need To Be Compatible With Hypack. 1. Locate All Benchmarks Provided And Create Recovery Notes For Each Benchmark Using Either The Provided Benchmark Recovery Form Or A Similar Form Used By The Contractor. 2. Provide Topo Quality Xy Coordinates On Each Recovered Mark. 3. Level Through All Found Benchmarks Initiating On The Online Positioning User Service (opus) Benchmark. Level Notes Shall Follow The Established Usace Supplied Format. Set And Or Check Any Existing Gauges By Conventional Leveling And Verify And Record Real-time Kinematic (rtk) Result As A Confidence Check. 4. Survey All Areas Of Channel And Extension To Create 100% Coverage Of The Bottom In The Defined Area When Performing A Multibeam Survey 5. The Supplied Survey Lines Shall Extend As Noted In Each Projects Plan And Line Files. Any Area That Cannot Be Survey Due To Shallow Depth Of Water, The Distance Of 3 Times Of The Project Depth Outside Of The Toes Of The Channel Shall Be Required By Any Means Necessary To Acquire The Depth. 6. Reduce Soundings By Rtk And Post-processed Kinematic (ppk) To Tidal Datum And Display Soundings To 0.1’ Significant Figures. 7. Locate All Navigation Aids For Each Project Using An Rtk System And Label Nav Aids Per Format Provided And Shall Be In A Hydrographic Software Package Target File. 8. Keep A Field Corrector Sheet Of All Survey Cross Section For Each Project 9. Keep Each Project And Associated Information Individual To Itself. Include Metadata Files For Each Data Set. Government Will Supply The Metadata Generator Tool. 10. Process All Data For Correction To Required Horizontal And Vertical Datum, Include The Required Multibeam Cutout Cross Sections In The Final Processed Multibeam Cutout (mbco) Data Files Using The Supplied Hydrographic Software Package Line File. 11.pls Licensing Will Be Required And Certified Hydrographer (thsoa) Certification Is Recommended. sources Are Sought For All Interested Firms With A Naics Code Of 541370 With A Small Business Size Standard Of $19,000,000.00. suggestions For Applicable Naics Codes Beyond 541370 Are Welcome. Please Feel Free To Submit Any Recommendations For Consideration With Explanation Of Why The Suggested Alternate Naics Is Appropriate survey Of The Idiq Topographic & Hydrographic Survey the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations, To Include The Chesapeake Bay, The Eastern Shore Of Virginia, And Several River Basins Within Virginia And Portions Of Northeast North Carolina. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. would Industry Be Receptive To An Idiq Contract For Routine Topographic And Hydrographic Surveying Services Without Engineering Design Services? Is The Requirement Better Suited For An Architect & Engineering (a&e) Contract Or A Services Contract? have You Worked On Topographic & Hydrographic Survey Jobs Similar In Nature, Within The Past 5 Years? If So, Please Describe The Work And For Whom The Work Was Performed. Indicate The Dollar Value. Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience. what Types Of Topographic & Hydrographic Surveying Techniques Are You Most Experienced With, And How Do You Ensure Accuracy In Challenging Aquatic Environments? are You Familiar With The Safety And Health Requirements Of Em 385-1-1? would You Be Submitting A Proposal As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? would You Be Interested In Submitting A Proposal On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not? this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issues A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned). the Responses To This Sources Sought Must Be Submitted No Later Than 3 Pm Est27 January 2025 Via Email To Cpt Jonathan J. Chae At Jonathan.j.chae2@usace.army.mil Cc’d Stormie Wicks At Stormie.b.wicks@usace.army.mil. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Https://sam.gov/content/home all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: Purpose Of Posting
in Accordance With (iaw) Federal Acquisition Regulation (far) 36.601-1, The Richard L. Roudebush Veterans Affairs Medical Center Is Requesting Sf 330s From Ae Firms Wishing To Be Considered For A Government Contract For The Upcoming Project: ae Upgrade A&d Wing Elevators 583-22-101
the Commissioning Firm Shall Furnish Professional Services To Be Used As A Commissioning Agent And Consultant To The Va On 583-22-101 Upgrade A Wing And D Wing Elevators Project. The Project Is To Modernize Existing A Wing Elevators Which Are Suffering From Control Related Issues And Modify The Elevators To Meet Current Criteria And Surpass Expected Life Range. Elevator Maintenance Is Increasing Due To Age And Current Increase Usage. the Commissioning Firm Will Be Used As A Consultant And A Subject Matter Expert To Support The Contracting Officer (co) And Contracting Office Representative (cor) During Construction Of The Project. the Commissioning Agent Shall Approve The Construction To Meet Federal Mandates. The Commissioning Authority Shall Verify The Performance Of The Components And Systems To Ensure All Code Requirements Are Met, Develop A Commissioning Plan, Inclusion Of Commissioning Or Requirements In Construction Documents, Verification Of Installation And Performance Of Commissioned Systems (testing And System Monitoring), Operation/maintenance Manuals And Training, Acceptance Of The Elevators As Well As Signing Off On All Of Them To Be Used By Public, And Providing A Commissioning Report.
the Work Will Take Place At: Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, In 46202 north American Industry Classification System (naics) Code 541330 Is Applicable To This Posting. this Is A Set Aside To Service Disabled Veteran Owned Businesses (sdvosb) And Veteran Owned Small Businesses (vosb S) In Accordance With Public Law 109-461. product Service Code (psc) C1da Is Applicable To This Posting. appraising Firm S Qualifications iaw With Far 36.603(b) & (c), To Be Considered For Architect-engineer Contracts, A Firm Must File With The Appropriate Office Or Board The Standard Form 330. These Qualification Statements Will Be Classified With Respect To The Following: primary Evaluation Criteria: 1.proposed Design Team: The Qualifications Of All Individuals Which Will Be Used For These Services, Including The Project Manager, Key Personnel, And Any Consultants, Will Be Examined. 2.specialized Experience: Including Technical Competence In The Type Of Work Required, As Well As Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. 3.capacity: Ability For The Firm To Accomplish The Work In The Required Time. 4.location And Facilities Of Working Offices: The Geographic Proximity Of Each Firm And Knowledge Of The Facility Will Be Evaluated. This Criterion Will Apply To The Offices Of Both The Prime Firm And Any Consultants. 5.past Performance/reputation: Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. This Factor May Be Used To Adjust Scoring For Any Unusual Circumstances That May Be Considered To Deter Adequate Performance By An A/e. 6.record Of Significant Claims: Any Record Of Claims Against The Firm Due To Improper Or Incomplete Architectural And Engineering Services Will Be Evaluated. 7.teamwork: Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. secondary Evaluation Criteria: 1.proposed Design Approach For This Project: The Overall Proposed Design Philosophy That The Design Team Will Use On This Project Will Be Evaluated, Along With Any Anticipated Problems Associated With This Type Of Design And Potential Solutions. 2.project Control/management Plan: The Organization Of The Proposed Design Team That Will Be Managing The Project During Both The Design And Construction Phases And Techniques Of The Proposed Design Team To Control The Schedule And Costs Of This Project Will Both Be Evaluated. 3.estimating Effectiveness: A Review Of The Ten (10) Most Recent Projects Will Be Conducted To Determine How Effective The Construction Cost Estimate Provided Was To The Actual Bid Costs Of Those Projects. 4.miscellaneous Capabilities: Many Other Capabilities Of The Proposed Design Team Will Be Evaluated, These Criteria Will Include, But Not Be Limited To: Interior Design, Cadd Applications Used, Value Engineering And Life Cycle Cost Analyses, Environmental And Historic Preservation, Cpm And Fast Track Construction. submittal Instructions
all Interested And Capable Contractors Must Submit An Electronic Copy Of Their Sf330s, Via Email, By The Closing Time/date Of This Announcement. No Hard/physical Copies Will Be Accepted. They Must Be Submitted To The Contract Specialist At Tiffany.rausch@va.gov. selection Of Firms
the Evaluation Board Will Review All The Firm S Classifications And Evaluate Them Iaw Far 36.602-(1)(a), Vaar 836.602-170 And Va Acquisition Manual (vaam) M836.602-1. The Evaluation Board Will Recommend At Least Three (3) Most Highly Qualified Firms To The Selection Authority (vaam M836.602-7101(a)). If Approved By The Selection Authority, The Evaluation Board Will Move Forward With Iaw Far 36.602-3(c)&(d) And M836.7101(b). If The Final Selection Report Is Approved By The Selection Authority, The Contracting Officer Will Move Forward And Conduct Negotiations Iaw Far 36.606 And Vaam 836.606. please Send Your Qualifications Statements To The Contact Referenced On Page One. We Will Accept An Electronic Version. A Firm Will Not Be Considered If It S Sf 330, Part I Is Not Signed, Unless The Sf 330, Part I Is Accompanied With A Signed Cover Letter Or A Current Signed Sf 330, Part Ii. at The Time Of Submission Of The Sf330, The Offeror Must Represent To The Contracting Officer That It Is A sdvosb Eligible Under The Va Acquisition Regulation (vaar) Subpart 819.70 - Office Of Acquisition And Logistics (oal) (va.gov);
small Business Concern Under The North American Industry Classification System (naics) Code Assigned To This Acquisition; And certified Sdvosb Listed In The Sba Certification Database At Https://veterans.certify.sba.gov/
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 1. Cad-25-services-0214 City Architect Department Line 1: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (offices) At Villa Verde Subdivision At Barangay Sta. Monica 100,000.00 General Fund 20 Cd Line 2: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking And Basketball Court) At St. Dominic 9 Subdivision, Barangay Talipapa 100,000.00 General Fund 20 Cd Line 3: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (parking, Basketball Court) At Pleasantville Subdivision, Barangay Talipapa 150,000.00 General Fund 20 Cd Line 4: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking Area, Covered Basketball Court) At Barangay U.p. Village 150,000.00 General Fund 20 Cd Line 5: Conduct Of Geotechnical Investigation For The Proposed Expansion Of Animal Care And Adoption Center (pet Crematorium) 100,000.00 General Fund 20 Cd Line 6: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Fire Sub-station At Barangay Sta. Lucia 100,000.00 General Fund 20 Cd 1. The Quezon City Local Government, Through The General Fund And Trust Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 7:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Monday, February 10, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00a.m. Of Monday, February 17, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 11:00a.m. Of Monday, February 17, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 9. The Quezon City Local Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
1821-1830 of 1998 archived Tenders