Architect Tenders
Architect Tenders
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]
SOUTHERN TAGALOG REGIONAL HOSPITAL Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 6.4 Million (USD 110.6 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
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
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
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.
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.
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: 2024-75 Advertisement To Bid Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The Support Services Building On The Perkinston, Campus, Until 3:00 Pm, Local Time, On Thursday, January 14th, 2025, And Then And There Publicly Opened And Read For The Following Project: Weathers Wentzel Renovations Perkinston Campus Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of 2024-75 Advertisement To Bid Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 29, 2024 November 5, 2024
Marion County School District Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids Will Be Received By The Marion County School District, In The Board Room Of The Marion County School District Located At 1010 Highway 13 North, Columbia, Ms 39429, Until 2:00pm, Local Time, On Tuesday, January 14, 2025, And Then And There Publicly Opened And Read For The Following Project: West Marion High School Baseball And Softball Lighting Upgrades Marion County School District In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Hard Copy Or Digital Copy At Www.asaplans.com. Interested Bidders Should Log-in Or Register For A Free Account To View And Order Bid Documents. The Cost Of The Bid Documents Is Non-refundable And Must Be Purchased Through The Website (hard Copies And Digital). Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Marion County School District, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, They Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Sixty (60) Days. The Marion County School District Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. School Board Of Education Marion County School District Dates Of Publication: December 12 And 19, 2024
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Building Construction
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The A Building Of George County Center, In Lucedale, Ms Until 2:00 Pm, Local Time, On Tuesday, January 7th, 2025, And Then And There Publicly Opened And Read For The Following Project: George County A Building Renovations George County Center Lucedale, Mississippi Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 31, 2024 November 7, 2024
591-600 of 651 archived Tenders