Architect Tenders
Architect Tenders
Offizielle Bezeichnung Tender
Others...+1Software and IT Solutions
Germany
Closing Date3 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Concepcion Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 485 K (USD 8.3 K)
Details: Description Request For Proposal: Date: Jan. 13, 2025 Quotation No.: Rfp-25-01-003 Request For Expression Of Interest: The Concepcion Water District, Through The Corporate Budget For The Contract Approved By The Governing Boards For The Year 2025 Intends To Apply The Sum Of Four Hundred Eighty-five Thousand Eighty-six Pesos [php485,086.00] Only, Being The Approved Budget For The Contract (abc) For The Construction Of Pump House With Genset Area At Sta. Rita Pumping Station, Concepcion, Tarlac. 1. Proposals Received In Excess Of The Abc Shall Be Automatically Rejected; 2. Prospective Bidders Should Have Experience To Undertake A Similar Project Within The Last Five Years With An Amount Of At Least 50% Of The Proposed Project For, And Have Key Personnel And Equipment Available For The Execution Of The Project; 3. The Concepcion Water District Now Calls For The Submission Of Quotations/proposals And Eligibility Documents For The Project. Interested Contractor Must Submit Their Quotations/proposals And Eligibility Documents On Or Before Jan. 17, 2025, 10:00 Am At Concepcion Water District, San Jose Concepcion, Tarlac Or Through Email: Concepcionwaterdistrict@yahoo.com; 4. The Bac Shall Draw Up The Short List Of Contractor From Those Who Have Submitted Expression Of Interest (quotation/proposal) And Have Been Determined As Eligible In Accordance With The Provisions Of Ra 9184, Otherwise Known As The “government Procurement Act” And Its Implementing Rules And Regulations (irr); Bidding Will Be Conducted Through Alternative Mode Of Procurement Through Small Value Procurement Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184; 5. The Concepcion Water District Reserves The Right To Reject Any And All Proposals, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders; Terms And Conditions: 1. Mobilization: Asap 2. Completion Of Works Must Be Within One Hundred Twenty (120) Calendar Days Upon Mobilization. 3. Payment Terms: Within Thirty (30) Days After Satisfactory Completion Of The Project. 4. Any Additional Materials Necessary To Complete The Project That Are Not Listed In The Bill Of Materials Shall Be Provided By The Contractor At Their Own Expense. 5. The Contractor Shall Be Responsible For Submitting The Building Permit Application And Covering All Associated Fees. 6. Prices Are Inclusive Of 7% Gov’t Tax (to Be Deducted Upon Payment, Bir Tax Cert. 2307 Is Issued. 7. Must Have A Minimum Of Five (5) Years In Construction And Carpentry Works. 8. Accomplishment Report Must Be Submitted By The Contractor. 9. Others/documentary Requirements: A. Mayor’s/business Permit Must Be Submitted By The Contractor; B. Philgeps Registration No./platinum Member; C. Updated Dti For Single Proprietor & Updated General Information Sheet For Corporation; D. Annual Income Tax/business Tax Return, Paid Thru Efps Shall Be Accepted. E. Conduct Site Inspection And Provide Detailed Bill Of Materials. F. Attached Drawings/sketch G. Building Plans Duly Signed By Professional Electrical Engineer And Architect. For Further Information, Please Refer To: Approved By: Sgd. Sgd. Ernien Dale C. Mercado Engr. Andrew T. Pablo Bac Secretariat Bac-chairperson Project: Construction Of Pump House With Genset Area Location: Brgy. Sta. Rita Concepcion, Tarlac. Title: Cost Estimate I. Estimate And Bill Of Materials For Pump House Item No. Scope Of Work Qty Unit Materials Labor Total Cost Unit Cost Sub Total Unit Cost Sub Total 1 Excavation/backfilling 3 Cu.m 2 Fill Materials And Compaction 2 Dt/l 3 Sand 3 Dt/l 4 3/4 Crushed Gravel 5 Cu.m 5 Portland Cement 194 Bags 6 Deformed Bar 9mm X 6m 80 Pcs 7 Deformed Bar 10mm X 6m 134 Pcs 8 Deformed Bar 12mm X 6m 64 Pcs 9 Gi Tie Wire #16 26 Kgs 10 Concrete Hollow Blocks (chb 5" Thk) 1620 Pcs 11 Formworks 28 Sq.m 12 Scaffoldings 1 Lot 13 Steel Door With Steel Jamb And Accessories 1-0.80 X 2.10 1 Set 14 Steel Door With Steel Jamb And Accessories 2-0.70 X 2.10 1 Set 15 Window Glass Jalousies 1 Lot 16 Steel Trusses (includes Genset Steel Trusses) 1 Lot 17 Rib-type Long Span Roofing (includes Genset Roofing) 1 Lot 18 Hardiflex Ceiling On Metal Furring (interior) 20 Sq.m 19 Spandrel Eaves Ceiling (outside) 22 Sq.m 20 Gi Pipe 3" S-40 (genset) 1 Pc 21 2" X 2" Steel Matting Doubled W/ 1/2" X 1/2" Hd Wire Mesh Framed With 1-1/4" Gi Pipe 243 Sq.ft 22 Painting Works: (inside And Outside) -wall -ceiling 1 Lot Sub-total Grand Total Submitted By: Contractor/service Provider’s Name: _________________________________________ _________________________________ Authorized Signature Over Printed Name Date: __________________
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: Division02-existing Conditions Division03-concrete Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division10-specialties Division11-equipment Division12-furnishings Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication Division28-electronic Safety And Security ***documents Are Available Through The Construction Association*** New Pnb Public Health Laboratory Centre Hospitalier Universitaire Dr-georges-l.-dumont Moncton, Nb 848-ha1 By478a Bid Depository Tender Closing Date January 14, 2025. Address All Inquiries To Architects 4 Limited 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time December 12, 2024 At 10:00 Am Contact Georges Cormier 506-850-9611 Pay Equity The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. The Women's Equality Branch Has Developed An Online Pay Equity Learning Module For Employers. To Complete The Module And Obtain Your Certificate Of Completion, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Page 2 Of 2 description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025. scope Of Work: intent
provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding. Â The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures. design Efforts Shall Include: conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards.
utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope.
provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include:
provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor.
make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage.
examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible.
examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue.
provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required:
a/e Satisfy The Following Milestones:
schematic Design (30%)
drawings
outline Specifications And A Draft Of The Submittal Register
construction Cost Estimate
design Development Review Meeting
final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set.
drawings
full Specifications And The Submittal Register
construction Cost Estimate
design Development Review Meeting
construction Documents (100%)
drawings
full Specifications
construction Cost Estimate
construction Documents Review Meeting
.
the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes.
national Cad Standards And Standard Details Pg-18-4
vha Program Guide Pg-18-3
va Master Construction Specifications Pg-18-1
h-18-8 Seismic Design Requirements
sanitary Design Manual For Hospital Projects
pg-18-13 Barrier Free Design Handbook
nfpa Codes
design Manuals Pg-18-10
cultural Resource Management D-7545 & H-7545
government-furnished Record Drawings (a/e To Field Verify Conditions)
pg-18-15 A/e Submission Requirements.
pg-18-12 Design Guides (graphical, By Function)
pg-18-14 Room Finishes, Door, And Hardware Schedules
facility Guidelines Institute (fgi)
american Institute Of Architects (aia)
a/e Shall Address The Following Items In The Design: estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal. access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process.
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer.
the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions:
one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings.
two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications. two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations.
provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule.
in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above:
brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times.
list Of Sole Source Items With Justification (if Applicable).
list Of Or-equal Items With Justification (if Applicable). schedule: overall Period Of Performance: 210 Days From The Notice To Proceed.
site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed.
schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided.
the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed. any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay.
evaluation Factors For Award
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows: part I Technical Capability
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors: specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date. professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As
appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located. capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity. knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area. design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal. experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. part Ii Past Performance
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance. past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects. part I Technical Capability
first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating. evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section. adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. sub-factor 1 Specialized Experience And Technical Competence criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information: project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc). project Owner And Name And Telephone Number Of Owner S Contact Person. indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc. project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s). project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received. sub-factor 2 Professional Qualifications criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project: project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software. other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above: name And Title project Assignment name Of Firm With Which Associated sub-factor 3 Capacity criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements. sub-factor 4 Knowledge Of The Locality criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center). minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center sub-factor 5 Design Quality Control Plan criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award. minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides: a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities. the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope. sub-factor 6 - Experience In Construction Period Services criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided. part Ii Past Performance
next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating. criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated. relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. -- End Of Item 8. Evaluation Criteria -- release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6. if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00. the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other. projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order. all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas: the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents. design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments. designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat. projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements. although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development. capability Statement all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement. the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address. 2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities. 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above. please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns. the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms. this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025. please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
Binangonan Central Elementary School Tender
Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 476.3 K (USD 8.2 K)
Details: Description Rfq No.: Rfq-2025-01-001 Request For Quotation The Binangonan Elementary School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra) Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery To Binangonan Elementary School Of Supplies For 1st Quarter Php 476,384.00 Delivery Date: 3 Working Day Upon Receipt Of Purchase Order Delivery Venue: Binangonan Elementary School Jp Rizal St., Brgy Layunan, Binangonan Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Calculated And Responsive Quotation For The Subject Item(s) Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (3 Certified Photocopy) 1. Latest Mayors’ Permit 2. Philgeps Registration Number 3. Notarized Omnibus Sworn Statement (original) 4. Latest Income And Business Tax Returns 5. Dti Or Sec 6. Tax Clearance 7. Price Quotation A Complete Set Of Quotation Form Shall Be Acquired By Interested Bidders At Binangonan Elementary School Official Facebook Page And Philgeps Website From January 02, 2025 To January 05, 2025 (weekdays Only) From 9:00 Am To 3:00 Pm And January 06, 2025 From 9:00 Am To 12:00 Pm Only. Quotations / Proposals And Documentary Requirements May Be Placed In Sealed Expandable Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 06, 2025, 12:00 Pm. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 06, 2025, 01:00 Pm At Binangonan Elementary School-admin Office, Jp Rizal St., Brgy Layunan Binangonan Rizal. Please Quote Your Lowest Gross Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person : Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Elementary School Contact Nos. : 09568827039 Place Of Submission : Binangonan Elementary School The Binangonan Elementary School – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Binangonan Elementary School – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Elementary School J.p. Rizal St. Brgy. Layunan, Binangonan, Rizal Email Address: Aljefferson.bolante@deped.gov.ph Contact No.: 09568827039 Melanie A. Mariano Bac Chairperson Annex A Price Quotation Form Date: Bac Chairperson Binangonan Sub-office Jp Rizal St., Layunan Binangonan Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Lot 1 Unit Item Description Quantity Unit Cost Total Cost Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Amount In Words The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, Name / Signature Of Representative Name Of Company Contact No. Annex B Technical Specifications I Hereby Certify To Comply And Deliver All The Above Requirements: Unit Item Description Quantity Statement Of Compliance Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. I Hereby Certify To Comply And Deliver All The Above Requirements: (january 2025, February 2025 & March 2025) Unit Item Description Quantity Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex D Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8- 13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Doc. No. Page No. Book No. Series Of Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued]
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
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 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.
571-580 of 634 archived Tenders