Architect Tenders
SOUTHERN TAGALOG REGIONAL HOSPITAL Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 6.4 Million (USD 112.6 K)
Details: Description 1. The Southern Tagalog Regional Hospital (strh) Intends To Procure Mechanical Assessment, Design Including Construction/ Repair/ Improvement/ Upgrading/ Establishment Of: 1. Automatic Fire Suppression Systems; 2. Additional Slab For Dead End Pocket; 3. Protective Enclosure Of Fire Exit Stair; 4. Installation Of Window Grilles Of Sen. Ramon B. Revilla Sr. Building (building 5) With An Approved Budget For The Contract (abc) Of Six Million Four Hundred Thousand Pesos Only (p6,400,000.00). 2. The Strh Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two Failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From Bac Secretariat At The Address Given Below From Monday To Friday, At 8:00am To 4pm. 5. The Strh Will Hold A Negotiation Meeting On February 14, 2025 3:00 Pm At Sao’s Office, 2nd Floor Bldg. 4, Which Shall Be Open To Registered Prospective Bidders Only. 6. A Complete Set Of Negotiated Documents May Be Obtained By Contacting The Bac Secretariat At The Contact Number Given Below. You May Also Download The Same From Www.philgeps.gov.ph And From Strh.doh.gov.ph. 7. Three (3) Copies Of The Proposal (one Original And Two Photocopies) With Proper Indexing And Marking Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am Of 19 February 2025/wednesday. Late Submission Shall Not Be Accepted. 8. Bid Opening Shall Be On 19 February 2025/wednesday, 10:00 Am At Uhc Conference Room, 3rd Floor Building 3, Strh, Brgy. Habay Ii, Bacoor City, Cavite 9. Interested Bidders Shall Submit Their Documents In Sealed Envelope, Labeled As: (please See Bidding Documents) 10. The Strh Reserves The Right To Reject Any, And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Office Southern Tagalog Regional Hospital, Habay Ii, Bacoor, Cavite Bacsec@strh.doh.gov.ph 0966-0888842 A. Eligibility And Technical Documents 1st Envelope (technical Components) Class “a” Documents Legal Documents A Valid Philgeps Registration Certificate (platinum Membership) (all Pages); In Accordance With Section 8.5.2 Of The Irr A.1 Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document A.2 Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; A.3 Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). A.4 The Supplier’s Audited Financial Statements For 2022-2023, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And A.5 Philippine Contractors Accreditation Board (pcab) License: Catagory: License Category _________________________, Size Range: _________________________ Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And B (form 3) Statement Of The Prospective Bidder Of All Its On-going Government And Private Design/ Design And Build Contract Including Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid (original); And Related Experience: 50% Of Abc Or _________________________ C (form 4) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents (original); Related Experience: 50% Of Abc Or _________________________ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contract Shall Refer To Design And Build Project, Including Automatic Fire Protection System. Which Shall Be Completed Within Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. Any Of The Following Documents Must Be Submitted Corresponding To Listed Contracts Per Submitted: • Notice Of Award • Purchase Order/contract • Notice To Proceed D Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Validity: One Hundred Twenty (120 Cd) Calendar Days From The Date Of The Opening Of Bids E Project Requirements, Which Shall Include The Following: E.1 Design And Build Organizational Chart For The Contract To Be Bid E.2 List Of Contractor’s Key Personnel [safety Officer (as Per Dole D.o. 198 S.2018), Project Manager, Project Engineers, Materials Engineer (as Per Dpwh D.o. 111 S. 2018), And Foremen], To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; Shown In Matrix With Curriculum Vitae Including Copy Of Updated Licenses Or Proof Of Renewal Of Their Licenses, If Expired. (if, Applicable) Note: • Fulltime Nurse = 50-200 Workers • Physician = 200-300 Workers See Dole D.o 198 S. 2018 Sec. 15: Occupational Health Personnel Facilities E.3 List Of Contractors (or Joint Venture) Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And E.4 Manpower Schedule (indicate The Total Number (numerical Value) Of Manpower (employee’s And Laborers) F Affidavit Of Site Inspection Executed By The Same Person Who Visited The Site. The Person Must Be Key Personnel Of The Company Preferably Civil Engineer/ Architect, With Supporting Certificate Of Appearance From Engineering And Facilities Management Section Engineer/s Or End-user. G Original Duly Signed Omnibus Sworn Statement (oss) -revised; And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. H The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. For Committed Line Of Credit (clc): Abc To Be Bid; Amount, Which Should Be At Least Equal To Ten Percent (10%) Of The Abc; And Name Of Issuing Foreign Universal Or Commercial Bank, As Confirmed Or Authenticated By A Local Universal Or Commercial Bank I If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. J Construction Safety And Health Program Of The Contractor As Required By The Department Of Labor & Employment (if Awarded, It Should Be Stamped Received By Dole) – Department Order No. 198 Series Of 2018 Section 15. Irr Of Ra No. 11058 Entitled “an Act Strengthening Compliance With Occupational Safety And Health Standards And Providing Penalties For Violations Thereof” K Design And Construction Methods In Narrative Form L Preliminary Conceptual Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity Duly Signed By The Owner/ Authorized Representative And Engineer/ Architect – Architectural, Structural, Mechanical, Electrical, And Sanitary/ Plumbing (a3 Size) M Value Engineering Analysis Of Design And Construction Method N Statement Of Availability Of Key Personnel That May Be Used For The Contract, And Availability Of Equipment Owned, Under Lease And/ Or Has Under Purchase Agreements That May Be Used For The Contract. O Duly Signed Terms Of Reference (tor) Every Page By The Contractor Or Its Duly Authorized Representative. P Attach A Certification Stating That The Company Is Not Associated To And Or Funded By Tobacco Company Or Tobacco Industry. (notarized) Q Invitation To Bid (signed By The Bac Chairperson) R Bid Bulletin, If Any (photocopy) S Bidding Documents Fee Official Receipt (photocopy) T Bir Form 2303 (certificate Of Registration) U Latest Income And Business Tax Returns (photocopy) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted (gppb Res. 11-2013). (to Be Submitted On The Day Of The Submission And Opening Of Bids Or Within Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lowest Calculated Bid Or Highest Rated Bid): Note: (a.) Latest Annual Tax Return Filed Thru Electronic Filing And Payment System (efps) And Must Be Duly Validated With Tax Payment Made Thereon For The Preceding Tax Year Be It On A Calendar Or Fiscal Year Income (per Revenue Regulations 3-2005) (b.) Latest Business Tax Return Filed Thru Electronic Filing And Payment System (efps) Be Duly Validated With Tax Payments Made Thereon Also Refers To The Value Added Tax (vat) Or Percentage Tax Return Covering The Previous Six (6) Months (june 2024-december 2024) (per Revenue Regulations 3-2005). 2nd Envelope (financial Component) A Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form; And B Duly Accomplished Detailed Estimates (bid Prices In Bill Of Quantities) Per Project Including Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; And C Cash Flows By The Quarter And Payments Schedule. 12. Term Of References (annex A) And Special Conditions Of The Contract (annex "b") Duly Signed Every Page By The Contractor Or Its Duly Authorized Representative Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of The Ra 9184 And Other Related And Applicable Laws. 13. The Head Of The Procuring Entity Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Nit Award The Contract In Accordance With Section 41 Of The 2016 Revised Implanting Rules And Regulations Issued This 10th Day Of February 2025 Rebecca Ann V. Gabor, Md, Fpogs, Mmhoa Chairperson, Bids And Awards Committee
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 700 K (USD 12.3 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
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 400 K (USD 7 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
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/
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.
Iberville Parish School Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Details: March 13th, 2025 Advertisement For Bids Sealed Bids Will Be Received By The Iberville Parish School Board, Attention Evan Cagnolatti, Director Of Facilities And Projects, At 59125 Bayou Rd., Plaquemine, La. 70764, Not Later Than 2:00 Pm (local Time), Thursday, April 10th, 2025, For The Following: Plaquemine High School Parking Improvements (ipsb Project #2510m01) Note ** Outer Envelope If Mailed Shall Be Marked Sealed Bid. Please Find Bid-related Materials And Place Electronic Bids At – Www.centralbidding.com The Bids Will Be Opened At The Iberville Parish School Board Maintenance Office Immediately Following The Closure Of The Bid Time On The Above-noted Date. A Mandatory Pre-bid Conference Will Be Held At 10:00 A.m. Cdt On March 28th, 2025, At Ipsb Maintenance Office 59125 Bayou Rd., Plaquemine, La 70764. No Bid Will Be Accepted From Any Contractor Who Did Not Attend And Sign In At The Pre-bid Conference. Preliminary Bid Information May Be Obtained By Contacting The Architectural Firm Listed Below: Fusion Architects? 3488 Brentwood Dr. 101? Baton Rouge, La. 70809? 225-766-4848? It Is The Policy Of The Iberville Parish School Board To Provide Equal Opportunities In Educational Programs And Activities Regardless Of Race, Color, National Origin, Sex, Age, Disabilities, Or Veteran Status. This Includes Admissions, Educational Services, Financial Aid, And Employment. Insertion Dates: March 13th, 2025, March 20th, 2025, March 27th, 2025
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 700 K (USD 12.3 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
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
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.
Province Of South Cotabato Tender
Laboratory Equipment and Services
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 22.1 Million (USD 390 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
2031-2040 of 2235 archived Tenders