Bridge Tenders
Bridge Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: 21 January 2025 Update:
this Event Has Reached Capacity. Please Take The Chance To Join The Navalx Network By Following The Steps Below:
submit Basic Information About Your Technology To Join Our Network (https://navalx.nre.navy.mil/s/join-our-network) - This Automatically Hits All Relevant Navalx Tech Bridges And Gets Things Structured For Later Sharing.
register Your Company And Create A Scout Card In Vulcan (https://vulcan-sof.com) - This Will Boost Your Visibility Across The Dod, Dhs, And Others. Makes You Discoverable By Search And Some Recommendations In Their System For Similar Capabilities Others Are Looking For To Review/assess.
both Of The Above Cost Nothing And Any Additional Programs You Have Can Create Additional Scout Cards.
original Announcement:
navalx Invites Existing And Potential Industry Partners To Learn About The U.s. Navy’s Current Needs In Development, Prototyping, And Employment Of Unmanned Systems During A Two-hour Classified Briefing In Washington Dc On 04 February 2025.
the Event Will Include A Classified Briefing From The U.s. Navy’s Disruptive Capabilities Office (dco). The Office Will Provide An Overview Of Its Organization, Processes, And The Operational Problems That The Dco Is Working On, Within The Larger Strategic Context. Other Agenda Items Will Be Announced As The Event Nears.
to Accommodate As Many Attendees As Possible, Navalx Will Host Two Sessions (9:00-11:00am And 1:00-3:00pm), Each Covering The Same Material.
follow-on Interaction
navalx Anticipates Subsequent Opportunities For One-on-one Conversations With Industry Partners And To Explore Relevant Capabilities In More Detail; However, Those Follow-on Programs, Schedules, And Timelines Are In Development And Subject To Change. These Events Are Tentatively Scheduled For Late March And April 2025.
these Events Will Also Be Subject To The Below Disclaimer.
any Additional Opportunities To Engage With Navalx Will Also Be Announced Via Sam.gov. Participation In This February 2025 Event Is Not Required For Future Participation In Those Events Or Other Related Activities.
registration
this Event May Include Information Classified Up To The Secret Level. Attendees Must Possess At Least A Secret Clearance. Only Those Individuals With Validated Security Clearances And United States Citizenship Will Be Permitted To Attend. Audio Or Visual Recordings Of Any Kind Are Prohibited.
attendance Will Be Limited To Two People Per Company (one Primary Attendee And A Plus-one). If Capacity Is Reached, Plus Ones Will Be Asked Not To Attend To Allow Additional Companies To Be Represented. Registration Will Close On 24 January 2025 Or When We Reach Max Capacity, Whichever Comes First. To Register For The Event, Use The Following Link (may Require Accessing From A Personal Computer): Https://forms.osi.apps.mil/pages/responsepage.aspx?id=ad4z43fih0u2ruxpqt4xujxuw5pxmm9lqsr24wmts4turfvusve4tflnmegwmlzetlhovk5hnkvuvy4u
the Government Will Provide Confirmation And Additional Logistical Information To Attendees Via Email Within Two (2) Business Days Of Registration. The Event Location Will Be Supplied Upon Confirmation Of Proper Clearance.
questions
submitted Questions About The Event Must Be Unclassified. Navalx Will Provide No Classified Information Prior To The Event. All Questions And Responses Should Be Unclassified. No Classified Material Shall Be Submitted Under Any Circumstance. Questions Should Be Emailed To Both Chris Pedone (christopher.a.pedone.ctr@us.navy.mil) And Jared Johnson (jared.b.johnson26.ctr@us.navy.mil).
disclaimer
the Dco Is Not A Resource Sponsor. Respondents Are Advised That Support Contractors May Assist The Government In Its Review Of Responses And Questions Received Under This Notice. Submitting Materials Or Questions In Response To This Notice Constitutes Consent That The Government May Disclose Such Materials To The Aforementioned Contractors, And That The Aforementioned Contractors May Access Such Materials, For The Purposes Of Reviewing The Materials In Support Of Government Requirements.
this Notice Is Not A Request For Proposals And Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation; It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Navy Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals.this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided. The Technical Data Provided For This Rfi Is Preliminary And Does Not Reflect Approved Government Specifications. The Government Will Not Reimburse The Cost Of Any Submission Or Other Expense In Response To This Rfi – The Entire Cost Of Any Submission Or Other Expense Will Be At The Sole Expense Of The Source Submitting The Information. The Information Obtained From Submitted Responses May Be Used In Development Of A Future Solicitation.
failure To Respond To This Rfi Does Not Preclude Participation In Any Future Engagements Or Solicitation, If Any Is Issued. If A Solicitation Or Engagement Is Issued, It Will Be Synopsized On Https://www.sam.gov.the Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. It Is The Responsibility Of Potential Respondents To Monitor These Sites For Additional Information Pertaining To This Requirement.the Information Requested By This Rfi Will Be Used Within The U.s. Navy To Facilitate Decision Making And May Be Used In The Development Of The Acquisition Strategy And Any Future Rfps. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Information Provided By Industry To The Government As A Result Of This Rfi Is Voluntary.
proprietary Information, If Any, Must Be Clearly Marked. To Aid The Government In Its Review And Evaluation, Please Segregate Proprietary Information. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Respondents Shall Mark Any Data Included In Its Submissions That They Do Not Want Disclosed To The Public For Any Purpose.
naics: 541715 - Research And Development In The Physical, Engineering, And Life Sciences
Closing Date5 Feb 2025
Tender AmountRefer Documents
Provincial Government Of Aklan Tender
Food Products
Philippines
Details: Description Lot 1 – Catering Services For Gad Programs & Activities 1st Quarter Catering Services For 2025 Gad Programs And Activities 1. 30 Pax - 1st Quarter Meeting Of Agadc 2 Snacks And 1 Lunch February 24, 2025 2. 100 Pax - Conduct Of Observance Of 1billion Rising 1 Snack (flash Mob) February 27, 2025 3. 150 Pax - 1 Snack (school Caravan) February 28, 2025 4. 25 Pax - 1st Quarter Meeting And Capacity Building Gad Focal Persons Of 17 Municipalities 2 Snacks And 1 Lunch February 25, 2025 5. 25 Pax - 1st Quarter Meeting And Prov'l Federation Local Council For Woman 2 Snacks And 1 Lunch February 26, 2025 6. 30 Pax - Agadc Special Meeting 2 Snacks And 1 Lunch March 3, 2025 7. 100 Pax - Serbisyo Para Kay Juana 2 Snacks And 1 Lunch March 10, 2025 8. 100 Pax - Provincial Federation Of Local Council Of Women Congress 2 Snacks And 1 Lunch March 18, 2025 9. 70 Pax - Training Of Enhanced Gender Mainstreaming Evaluation Framework (gmef) And The Gerl Responsive Lgu Ka Ba (gerl Ka Ba) Self Assessment Tool 2 Snacks And 1 Lunch 35pax March 27, 2025 35pax March 28, 2025 10. 15 Pax Breakfast And Dinner 5 Pax Breakfast (march 27, 28 And 29, 2025) 5 Pax Dinner (march 27, 28 And 29, 2025) X-x-x Lot 2 – Catering Services For Various Activities/ Seminars/ Trainings *pdpfp/pdip/pops, Aip, Adsdpp 1. 80 Pax - 2 Snack & 1 Lunch (formulation Of Peace And Order And Public Safety Plan 2026-2028 On March 10-11, 2025.) 2. 100 Pax - 2 Snack & 1 Lunch (conduct Workshop For The Aip Climate Change Adaptation Tagging (ccat) And Quality Assurance Review (qar) On March 6-7, 2025) 3. 80 Pax - 2 Snack & 1 Lunch (conduct Workshop For The Integration Of Comments And Suggestions For Rluc For Pdpfp On March 27-28, 2025) 4. 24 Pax Heavy Snack (conduct Pops Quarterly Meeting On Feb. 26, 2025) 5. 20 Pax - 2 Snack & 1 Lunch (conduct Meeting For Mpdcs On Feb. 24 2025) *ardc/lptrp/road, Bridges And Other Infra-safety Awareness 1. 25 Pax - 2 Snacks & 1 Lunch (conduct Of Quarterly Meeting Ardc-twg On Feb. 27, 2025) 2. 230 Pax - 2 Snacks & 1 Lunch (conduct Of Road Safety Symposia/ Theoretical Driving Course (tdc) On March 20-21, 2025) 3. 25 Pax - 1 Snacks (heavy) (conduct Of Quarterly Meeting Road Safety Awareness-twg On March 3, 2025) 4. 120 Pax - 2 Snacks & 1 Lunch (conduct Of Training For The Formulation Of Local Public Transport Route Plan 2025-2029 0n March 12, 13, 14, 2025) 5. 23 Pax - Heavy Snacks (conduct Quarterly Lptrp-twg Meeting On Feb. 28, 2025) Aklan Volunteerism Mainstreaming Program 1. 40 Pax - 2 Snacks & 1 Lunch (conduct Of Consultative Meeting With Twg & Development Partners 2) March 6, 2025 March 12, 2025 March 21, 2025 Research Evaluation & Statistics Section 2. 30 Pax - Heavy Snacks (conduct Assessment/monitoring Activities Of Ppa's/ppmc Quarterly Meeting On March 19, 2025.) 3. 40 Pax - 1 Snacks & 1 Lunch (conduct Quarterly Training Of Provincial Statistical Committee On Feb 28, 2025.) 4. 30 Pax - 2 Snacks & 1 Lunch (conduct Of 2 Days Site Visitation On March 13-14, 2025) 5. 40 Pax - 1 Snacks & 1 Lunch (special Meeting For Peace And Development In The Province On March 14, 2025.) *administrative Division 1st Quarter Catering Services 1. 15 Pax - Meeting/orientation (sglg/excell Awards) Lunch February 26, 2025 Sglg Pre-assessment / Evaluation 2. 85 Pax - 2 Snacks And 1 Lunch March 14, 2025 Local Special Bodies/pdc Quarterly Meeting 3. 20 Pax - Lunch March 12, 2025 4. 60 Pax - Meeting/orientations Of Judges And Secretariats(2025 Most Outstanding Aklanons) Heavy Snacks 15 Pax (february 24, 2025) 15 Pax (march 7, 2025) 15 Pax (march 14, 2025) 15 Pax (march 25, 2025) *prdp/ptf-elcac Prdp Project 1. 50 Pax - 2 Snacks & 1 Lunch (conduct Of Prdp-pcip, Fs, Business Plans, Technical Review) Feb. 24, 2025 Mar. 6, 2025 2. 50 Pax - 2 Snacks & 1 Lunch (conduct Of Prdp Training Workshop, Fgd, Seminars, Ppmiu/proponent Groups) Feb. 28, 2025 Mar. 14, 2025 3. 25 Pax - 2 Snacks & 1 Lunch (conduct Of Project Area Validation/ Stakeholders Consultations/ Monitoring And Evaluation/ Groundbreaking/ Turn-over Ceremonies On March 19 2025) Operation Of Ptf-elcac 4. 55 Pax - 2 Snacks & 1 Lunch (conduct Of Quarterly Meeting On March 5, 2025) 5. 16 Pax - 2 Snacks & 1 Lunch (conduct Of Cluster Meeting On March 21, 2025) X-x-x
Closing Date13 Feb 2025
Tender AmountPHP 806.5 K (USD 13.8 K)
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: This Item Is Set To Be Awarded Sole Source
56100_tab_0125_753
item 1: Steering Actuator, Overhaul
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Starboard Steering System.
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
n
actuator Overhaul Kit
nsn: 2530-01-699-0680
pn: Rrm000445315
2 Ea.
n
hydraulic Coupling Kit
nsn: 2530-01-699-0654
pn: Rrm000444570
2 Ea.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332)
coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004)
coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003)
coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy)
coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001)
coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002)
coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003)
coast Guard Publications
coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual
coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance Manual
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles
kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv
mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment
3. Requirements
3.1 General.
3.1.1 Cir.
none.
3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs.
3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site:
provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system.
assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
perform All Actual Repair Work On The Actuator.
3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site:
advise On Manufacturer's Proprietary System Information.
ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable.
3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space.
3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use.
note
plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
access Plate (berp) Located Above The Port And Starboard Steering Actuator.
piping
electrical Wires
padeye Plate Covers
rudder Support Covers
hydraulic Oil (approx. 560 Gals.)
overhead
ventilation Ducts
insulation
pipe Hangers/brackets
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr.
3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion.
warning
special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System.
3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage.
3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat.
3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test.
note
the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003.
access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled.
each Rudder Weighs Approximately 12,000 Lbs.
3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage.
note
the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces.
3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022.
3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately.
3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets.
3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts:
piston Seals
hp Seals And Backing Strips
lp Seals
bearing Shells
o-rings
3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations.
3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment.
3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators.
3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees.
warning
foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System.
note
suction Strainers Are Located Inside The Service Tanks.
3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu.
3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr.
note
hydraulic Hoses Life Is 12 Years
3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request.
hose Physical Condition
service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date)
table 1 – Stbd Steering Gear (compartment: 2-94-1-e)
hose Serial #
length (in.)
size (in.)
part Number
fitting #1
fitting #2
test Pressure (psi)
sg-f-001
20
1
f20606-16-16-16c-20.00
female Jic
female Jic
200
sg-f-002
26
1/2
f20606-8-8-8c-26.00
female Jic
female Jic
375
sg-f-003
49
2
2651-32
female Jic
male Cpv
5000
sg-f-004
35
2
2651-32
male Cpv
male Cpv
5000
sg-f-005
31.5
3/4
f20606-12-12-12c-31.50
female Jic
female Jic
200
sg-f-006
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-007
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-008
26.5
3/4
f2060606-12-12-12c-26.50
female Jic
female Jic
200
sg-f-009
32
1/2
f2060606-8-8-8c-32.00
female Jic
female Jic
375
table 2 – Port Steering Gear (compartment: 2-94-2-e)
hose Serial #
length (in.)
size (in.)
part Number
fitting #1
fitting #2
test Pressure (psi)
sg-f-011
20
1
f20606-16-16-16c-20.00
female Jic
female Jic
200
sg-f-012
26
1/2
f20606-8-8-8c-26.00
female Jic
female Jic
375
sg-f-013
31.5
3/4
f20606-12-12-12c-31.50
female Jic
female Jic
200
sg-f-014
49
2
2651-32
female Jic
male Cpv
5000
sg-f-015
35
2
2651-32
male Cpv
male Cpv
5000
sg-f-016
26.5
3/4
f2060606-12-12-12c-26.50
female Jic
female Jic
200
sg-f-017
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-018
43
2
2651-32
male Cpv
male Cpv
5000
sg-f-019
32
1/2
f2060606-8-8-8c-32.00
female Jic
female Jic
200
3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability.
3.10 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr.
3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation.
3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion.
3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3.
table 3 – Relief Valves
service Description
set Point (psig)
pump Main System Relief Valve
1530 ± 25
relief Valve (charge)
217 ± 25
relief Valve (servo)
1450 ± 25
cross-line Relief Valve
1580 ± 25
warning
special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System.
3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage.
3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat.
3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test.
3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr.
3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report.
3.12 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.)
4.0 Place Of Performance- Cgc Hamilton In Charleston Sc.
5.0 Period Of Performance- 17 Feb 2025 – 28 Feb 25
6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
Closing Date3 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00038 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱115,598,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00038: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela Contract Id No. : 25b00038 Location : San Guillermo, Isabela Brief Project Description : Construction Of Pccp Road, Length = 4.320 Lane Km @ 2 Lanes, With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer • Provision Of 4x2 Pickup Type Service Vehicle For The Engineer On Bare Rental Basis (brandnew) • Operation And Maintenance Of 4x2 Pickup Type Service Vehicle For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization • Environmental Management And Monitoring Earthworks • Individual Removal Of Trees – Small • Removal Of Actual Structures/obstruction (0.23 M Thick – Pccp) • Excavation (surplus Common, Structure) • Foundation Fill • Embankment (from Roadway/ Structure Excavation) • Subgrade Preparation Subbase And Base Course • Aggregate Subbase Course Surface Courses • Pccp, (0.15, 0.28) M Thick, 14-day Concrete Road/bridge Construction • Reinforcing Steel Grade (40 & 60) • Structural Concrete 20.68 Mpa Class A 14 Days • Structural Concrete 27.58 Mpa Class A 28 Days • Paint Miscellaneous Structures • Curb And Gutter Cast In Place • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning) • Hazard Markers Chevron Signs • Trees (furnishing And Transplanting) • Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract (abc) : ₱115,598,500.00 Contract Duration : 241 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 45 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcsps - Roads: Construction- Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025
Closing Date11 Feb 2025
Tender AmountPHP 115.5 Million (USD 1.9 Million)
City Of Tayabas Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project #25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) – Drrmo 1. The City Government Of Tayabas, Through The 5% Drrm Fund 2025intends To Apply The Sum Seven Million Pesos (php 7,000,000.00) Being The Abc To Payments Under The Contract For Project # 25-018 Procurement Of Closed-circuit Television (cctv) System (disaster Response And Rescue Equipment) - Drrmo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabasnow Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 56cd Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Year 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 City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 (wednesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Ten Thousand Pesos (p 10,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On January 30, 2025 (thursday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, 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 February 11, 2025 (tuesday), 10:00 A.m. 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 February 11, 2025 (tuesday), 10:01 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11. The City Government Of Tayabasreserves 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City (042)-797-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty 1. Lot Supply, Delivery, Installation, Testing, Integration And Commissioning Of Closed-circuit Television (cctv) System Project Scope 1. Laying Of Fiber Optic Network Backbone Having The Following Specifications: • 16-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers W/ Built-in Gi Wire For Aerial Mounting To Electric Posts. • Accessories Needed In The Installation Such As But Not Limited To: Large Size Metal Clams, Hooks, Pulleys, Fiber Cable Trays W/ Downspout (wiring System Bridge Application) W/ Support To Incase Cover And Organize Fiber Cables, Distribution Splice Box (in Needed) And Other Cablings • Backbone Route Should Strategically Covered All The Identified Locations Of The New Cameras To Be Installed And The Existing Cameras Already Installed. • Endpoint Should Be The Drrm Office And Have Extended Connection To New City Hall • Permits Needed (if Any) In The Laying The Fiber Backbone Shall Be Shouldered By The Supplier. 2. Networked Cameras Having The Following Components /specs: • 32 Pcs Of Network Camera 8-mp (3840x2160) @30 Fps. 24/7 Colored With Built-in Warm Illuminator (max Illumination Distance: 50 Meters), Supports Maximum Of 256 Gb Micro Sd Card With Built-in Mic And Speaker Also Supports Epoe, Ip67 Protection. • All Cameras Shall Be Powered By Electrical Via Poe Switch (4 Ethernet Port, 2 Port Uplink Ethernet 1.2gbps Over Ieee 802.3, 48v 3a For Ip Cameras, Ap Or Ip Poe Voip. Should Use Circuit Breaker 240vac (industrial Type) Ip20 Molded Case 3-pole 10/15amps. Necessary Permits Shall Be Shouldered By The Supplier For The Electrical Supplies. • 32 Pcs Of Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in-4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. • 32 Pcs Of Ip67 Terminal/utility Box 400mm X 300mm X 180 Mm With Key Lock, Ce/rohs/iso9001 Type Approved Bundled With Complete Mounting Screws And Metal Belts & Locks. • Materials, Paraphernalia Needed In The Installation And Networking Of The Cameras Like, But Not Limited To Network Cat-6e Outdoor Type Cable, Cable Tie, Screws, Metal Clamps, Gi, Wires, Outlets, Electrical Wires Rj45 Connectors, Nails, Sealant, Etc.) Are Included. 3. Main Cctv Network Cabinet, Monitoring, Control System And Main Storage Having The Following Components /specs: • 1 Pc Of 32u Network Data Cabinet Server Rack With Glass Door • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Rackmount Ups - 2.7kwatts / 3.0kva • 80 Tb (in Total) Surveillance Hard Drive 24/7 Operation. • 2 Sets Of Desktop Computer (not Assembled) - Intel Core I5 (or Equivalent) Processor (6m Cache, Up To 3.50 Ghz) / 8gb Ram / 128gb Solid State Drive + 1tb Hdd, 4gb Video Card, With 24-in Monitor, Keyboard And Mouse, Os License And Ms Office Included. • 2-sets Ultra-thin Bessel Surveillance Led 75" (6.25ft X 6.25ft) Tv To Be Mounted In The Wall With Enclosure Plus Ornamentation & Color Scheme. • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The Drrm Office 4. Extension Of Cctv Network Cabinet And Monitoring Having The Following Components /specs: • 1 Pc Of Core Switch Fully Managed Aggregation Switch - 1200 Sfp+ Ports; (8) Plus Rj45 Ports: (2) Rj45 Serial Console Port L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non- Blocking Throughput, Forwarding Rate 1.2gbps. With Needed Gigabit Ethernet Transceivers Modules Compatible With The Switch. • 1 Pc Of Rackmount Network Video Recorder: Up To 32 Channel Ipc Input, Smart H.265+/h.265/smart H.264+/h.264/mjpeg Decoding Format. Ai By Recorder & Ai By Camera: Face Detection And Recognition, Perimeter Protection, Smd Plus, Metadata, Anpr, Stereo Analysis, Heat Map, And People Counting Plus, Security Baseline 2.3., Supports 80,000 Gb Surveillance Hard Drive Each Nvr. • 1pc Of 1u 19-inch 24-cores Fiber Compatible Pull Type Rack Mount Main Splicing Box/termination Box Full Assembly With Either 16 Or 24 Output Ports • Installation, Mounting Configuration And Integration Of The Stated Components Are Included. To Be Installed In The New City Hall. 5. Integration Of The Of Existing Cctv Cameras To The New Cctv System With The Following Components: • Power-up The Existing Cameras Installed In Different Places And The Related Equipment, Control System. • Integrate The Cameras Into The Fiber Optic Backbone, Provided The Camera Location Is Within Range. 6. Assembly, Erection, And Installation Of Cctv Tower: • Assembly, Erection, And Installation Of The Cctv Tower And Its Components At The Roof Deck Of The Tayabas Drrm Building. • Integration Of The Tower With The Fiber Optic Network And The Overall Cctv System • Installation Of Lightning Arrester And Solar Powered Warning Tower Lights Beacon As Part Of The Tower Components. Refer To The Terms Of Reference Of The Project For More Details. 1 ***nothing Follows*** January 22, 2025 _____________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 7 Million (USD 120.6 K)
Municipality Of Pilar, Sorsogon Tender
Education And Training Services
Philippines
Details: Description Procurement Of 1 Lot Reference Books For Picc Calongay, Pilar, Sorsogon 1 Copies 10 Understanding The Self: A Teaching And Learning Resources 2 Copies 10 Reading In Philippine History 3 Copies 10 21 Century Literature From The Philippines And The World 4 Copies 10 A Course Module For Readings In Philippine History/ Candelaria C 2021 5 Copies 10 Understanding Philippine History: Readings And Discourse 6 Copies 10 The Contemporary World (2018 Ed) 7 Copies 10 Eu And Asean Regionalism: An Interdisciplinary Approach 8 Copies 10 Practical Methods On Roads Bridge & Drainage Structures Construction 9 Copies 10 A Course Module For Child Development 10 Copies 10 Introduction To Information Technology 11 Copies 10 Introduction To Data Communication And Networks 12 Copies 10 Everything Is Realism: Essays On Narrative Crafts 13 Copies 10 Digital Minimalism 14 Copies 10 Physical Fitness And Related Activities P.e 1 15 Copies 10 Purposive Communication In Diverse Contexts 16 Copies 10 Art Appreciation 17 Copies 10 Art Appreciation/sanchez 18 Copies 10 Art Appreciation 2nd Ed. 19 Copies 10 Science, Technology, And Society 20 Copies 10 Troubleshooting & Maintaining Pcs All-in-one For Dummies (for Dummies (computer/tech)) 4th Edition 21 Copies 10 Education And The Law 22 Copies 10 School Is Life Progressive Education In The Philippines 23 Copies 10 Vice And Drug Education And Control 24 Copies 10 A Course Module For Ethics 25 Copies 10 The Life And Works Of Rizal 26 Copies 10 Noli Me Tangere Ni Jose Rizal 2nd Ed. 27 Copies 10 Jose Rizal: Leberalismo At Ang Balintura Ng Kolonyalidad 28 Copies 10 Ang Bayani: Ther Life Works, Writings And Travels Of Dr. Jose Rizal 29 Copies 10 Teaching Internship Obe- Ppst-based 30 Copies 10 Food And Beverages Services 31 Copies 10 Person Deprived Of Liberty: A Guide To Safety And Cookery For Better Food Service 32 Copies 10 Food Processing 33 Copies 10 Intensive Aquaculture 34 Copies 10 Regenerative Farming And Sustainable Diets: Human, Animal And Planetary Health (earthscan Food And Agriculture) 1st Edition 35 Copies 10 Agriculture And Fisheries 36 Copies 10 Molecular Genetics In Fisheries 37 Copies 10 Entrepreneurial Mind 38 Copies 10 Comprehensive Guide To Business Marketing 39 Copies 10 The Entrepreneurial Mind 40 Copies 10 Digital Universe: The Global Telecommunication Revolution 2nd Edition 41 Copies 10 Fundamentals Of 5g Wireless Communications (sachan) 42 Copies 10 "physical Activities Towards Health And Fitness Pathfit 3 (dance, Fitness, And Tradition)" 43 Copies 10 Ways Of Life 44 Copies 10 The Teacher And The School Curriculum 45 Copies 10 The Teacher And The School Curriculum: A Guide To Curriculum Development Practice/ Pawilen C 2029 46 Copies 10 The Teacher And The Community School Culture And Organizational Leadership 47 Copies 10 The Teacher And The Community, School Culture And Organizational Leadership 48 Copies 10 Nihongo For Hospitality And Traveler’s Guide 49 Copies 10 Web Programming Using Php And My Sql 50 Copies 10 Introduction To Software Engineering 51 Copies 10 Path Fit 4 Physical Activity Towards Health And Fitness 4 Menu Of Sports 52 Copies 10 Individual Sports 53 Copies 10 Facilitating Learner-centered Teaching (patef) 54 Copies 10 Facilitating Learner-centered Teaching (obe) 5th Ed. 55 Copies 10 Facilitating Experiential Learning In Higher Education 56 Copies 10 Assessment In Learning 1 1st Ed. 57 Copies 10 The Art Of Nurturing Growth: A Journey Through The Teaching Profession (professional Education Series) 58 Copies 10 Learning Research : The Easy Way 59 Copies 10 Student Advising In Qualitative Research : Fear No More 60 Copies 10 Learning Guides In Methods Of Research 61 Copies 10 Foundations Of Education Research: Understanding Theoretical Components (2nd Ed.) 62 Copies 10 The Cult Of The Customer: Create An Amazing Customer Experience That Turns Satisfied Customers Into Customer Evangelists 63 Copies 10 Experiential Marketing: Integrated Theory & Strategic Application 1st Edition 64 Copies 10 Implementing Cellular Iot Solutions For Digital Transformation: Successfully Develop, Deploy, And Maintain Lte And 5g Enterprise Iot Systems 65 Copies 10 The Teacher And The School Curriculum: A Guide To Curriculum Development Practice 1st Ed. 66 Copies 10 Building And Enhancing New Literacies Across The Curriculum 67 Copies 10 Building And Enhancing New Literacies Across The Curriculum (2024) 68 Copies 10 Ise Customer Service Skills For Success 8th Edition 69 Copies 10 E-commerce Growth Strategy: A Brand-driven Approach To Attract Shoppers, Build Community And Retain Customers 1st Edition 70 Copies 10 Costumer Experience Analytics 71 Copies 10 Field Study 1 Part 1 72 Field Study 1: Observations Of Teaching-learning In Actual School Environment 73 Copies 10 Field Study 1: Observations Of Teaching-learning In Actual School Environment 74 Copies 10 Field Study 2: Participation And Teaching Assistantship 75 Copies 10 Field Study Ii: Participation And Teaching Assistantship 76 Copies 10 Achieving Excellence: Integrating Total Quality Managemnt 77 Copies 10 Advanced Human Behavior Organization With Ethics 78 Copies 10 Advance Human Resource 79 Copies 10 Advance Leadreship Effectiveness And Business Eyhics 80 Copies 10 Empowering Change Through Social Entrepernuership 81 Copies 10 Entrepreneurship Behavior Growth Mindset And Fixed Mindset 82 Copies 10 Statistical Analysis For Business 83 Copies 10 Empowerment Technologies 84 Copies 10 Introduction To Human Computer Interaction 85 Copies 10 Character Formation 1 -ppatriotism And Nationalism 86 Copies 10 21st Century Risk Management With Sanitation 87 Copies 10 A Course Module For National Service Training Program 1 88 Copies 10 A Course Module For National Service Training Program Ii 89 Copies 10 A Course Module For Personhood Education, Curriculum, Pedagogy And Assessment 90 Copies 10 Advance Research Methods 91 Copies 10 Art Appreciation/gravela 92 Copies 10 Indigenous Creativer Arts 93 Copies 10 Introduction To Philosophy Of Human Person 94 Copies 10 Introduction To Research 95 Copies 10 Jose Rizal: The Man And The Hero 96 Copies 10 Moral Philosophy And Ethics 97 Copies 10 Professional Salesmanship 98 Copies 10 The Life And Works Of Rizal Rev. Ed. 99 Copies 10 Upscalilng Oral Communication And Marketing 2nd Ed. 100 Copies 10 Values Education Legal And Ethical Perspective 2e 101 Copies 10 Destination Management And Marketing 2nd Ed. 102 Copies 10 Entrepreneurship For Hospitality And Tourism 103 Copies 10 Fundamentals Of Culinary Arts 104 Copies 10 Intro. Meetingsincentives, Conference And Events Managements 105 Copies 10 Mastering Modern Supply Chains For Tourism And Hos[pitality Industry 106 Copies 10 Meat And Poultry Fabrication 2nd Ed 107 Copies 10 Medical And Wellness Tourism 108 Copies 10 Multicultural Diversity In Workplace 109 Copies 10 Observing The Filipino Family A Filipino Sociologist At Work 110 Copies 10 Colllected Essay: Philiipine Theather Bundle Set Vol. 1-3 111 Copies 10 Dance For Fitness & Health 112 Copies 10 Path-fit 1 :movement Enhancemenet 113 Copies 10 Path-fit 2 : Fitness Exercises 114 Copies 10 "physical Activities Towards Health And Fitness Pathfit (dance, Fitness, And Tradition)" 115 Copies 10 Physical Activities Towards Health And Fitness Path-fit Dance Fitness And Tradition 3 116 Copies 10 A Completenguide To Character Rigging For Games Using Blender 1st Ed. 117 Copies 10 An Artistic Approach To Virtual Reality 1st Ed. 118 Copies 10 Business Planning For Games 1st Ed. 119 Copies Directing Game Animation Building A Vision An A Team With Intent 1st Ed. 120 Copies 10 Technical Animation In Video Games 1st Ed. 121 Copies 10 Complete Stories & Sales 122 Copies 10 Princilpes Of Internet Technologies 123 Copies 10 Independent Animation 124 Copies 10 3d Modeling & Animation : A Primer 1st Edition 125 Copies 10 Blender 2d Animation: The Complete Guide To The Grease Pencil 1st Ved. 126 Copies 10 A Course Module For Science In Early Chilhood Education 127 Copies 10 An Eye For Art Appreckiation : Perception And Expression 128 Copies 10 Arts And Humanities 129 Copies 10 Arts : Beyond Borders (contemporary Arts From The Region) 130 Copies 10 Building And Enhancing New Literacies Across The Currriculum 131 Copies 10 Fifty Years Of Philippine Independence Stories From Half Cent. 132 Copies 10 Gender And Society With Peace Education Towards An Inclusive Higher Education Perspective 133 Copies 10 Learning Geberel Psychology : The Easy Way 134 Copies 10 Teaching And Assessment Of Literature 135 Copies 10 Essentials Of Purposive Communication 136 Copies 10 100 Ways To Make Som,eone Fell Better 137 Copies 10 Guiness World Of Records 2025 138 Copies 10 Interesting Stories For Curious Minds: A Collection Of Mind-blogging True Stories About History, Science, Pop Culture And Just About Everything In Between
Closing Date14 Feb 2025
Tender AmountPHP 2.7 Million (USD 47.5 K)
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Details: This Will Be Awarded Based Off Lowest Price Technically Acceptable.
general Requirements
1. Scope
1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
2. References
coast Guard Drawings
none.
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
other References
none.
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Period Of Performance. The Period Of Performance For This Work Is 14apr2025-02may2025
3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501.
12314_mla_1224_418
43610_bec_1224_751
item 1: Fire Detection System, Inspect And Test
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect And Test Fire Detection System.
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009)
coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010)
coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028)
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2020, General Requirements
surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2020, Shipboard Electrical Cable Test
surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation
surface Forces Logistics Center Standard Specification 5550 (sflc Std Spec 5550), 2022, Fire Prevention And Response
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2020, Requirements For Preservation Of Ship Structures
coast Guard Technical Publication (tp) 7001, Swbs 436, May 2007, Fire Detection System (for Hulls 750, 751, 752)
other References
national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code
3. Requirements
3.1 General.
3.1.1 Cir.
none
3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative, Who Is Familiar With Siemens Marine Fire And Smoke Detection And Alarm Systems To Accomplish The Following Tasks On-site:
provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system.
assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system.
3.1.2.1 The Tech Rep Must Be Qualified And Experienced In Accordance With The Requirements Of Nfpa 72, Paragraph 10.5.3, And Provide Evidence Of Qualification According To The Means Of Qualification In Nfpa 72 Paragraph 10.5.3.4. Licensure By The State Licensing Board (from The State In Which The Work Is Performed) As A Contractor Specialized In Fire Protection Systems Is An Acceptable Form Of Evidence For The Purposes Of This Wi.
3.1.2.2 Submit The Tech Rep’s Name And Résumé To The Cor At The Arrival Conference.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below-listed:
sheathing
bulkhead Insulation
piping
electrical Cables
3.1.5 Electrical Work. The Contractor Must Accomplish All Electrical Work In Accordance With Sflc Std Spec 3042, And Test Cables In Accordance With Sflc Std Spec 3041, Except Where Manufacturer-specific Guidance Is Provided For The Fire Detection System. Utilize The Existing Wire Ways For New Cable Runs As Much As Possible.
3.1.5.1 Fire Detection System Continuity And Insulation Resistance Testing Must, As A Matter Of Precedence, Be Tested In Accordance With The Manufacturer’s Instructions As Provided In The System Tech Manual.
3.1.6. Fire Readiness. While The Fire Alarm System Is Down, The Contractor Must Provide Personnel In That Space Who Can Communicate With Ship’s Force In The Event Of A Fire. The Contractor Must Submit A Fire Plan Addressing The Duration Of The Fire Alarm System Losses And Their Methods Of Communication With The Crew To Communicate In An Emergency, And Any Other Applicable Issues From Paragraphs 3.1.2 And 3.1.3 Of Sflc Std Spec 5550.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Required Testing Tools. The Contractor Must Provide And Be Capable Of Operating Recommended Test Equipment In Accordance With The Oem Service And Maintenance Manual. The Calibration Information Required In Paragraph 3.2.6.1.2 Of Sflc Std Spec 0000 Must Be Submitted To The Cor At The Beginning Of The Availability. These Tools Include, But Are Not Limited To:
testfire: Multi-stimulus Detector Tester.
salwico Solo 330: Smoke Detector Tester.
salwico Solo 461: Heat Detector Tester.
salwico Vd T-1: Heat Detector Tester.
salwico Ir Test Lamp: Flame Detector Tester.
salwico Uv Test Lamp: Uv Flame Detector Tester.
w8066: Uv Test Lamp.
3.2.1 Password Protection. Fire Alarm Panel Is Password Protected For Software. Prior To Start Work On This Item (i.e. Maximum 5 Days Prior To Tech Rep Arrival) Tech Rep Must Request Password Through Herbert S. Hiller A Division Of The Hiller Companies And Coast Guard Inspector.
3.2.2 Test Plan. The Contractor Must, In Consultation With The Tech Rep, Develop A Test Plan To Clearly Define The Scope Of The Fire Detection System Testing, And Submit To The Cor For Approval. The Test Plan Must Include, At A Minimum, The Annually Required Tests Of Nfpa 72 Table 14.4.3.2, As Applicable To The System Defined By Oem Tech Manuals And The System Drawings. The Plan Should Also Explain How The Contractor Will Minimize Downtime Of The System. Submit A Cfr.
3.3 Fire Detection System Inspect And Test. The Contractor Must Perform Inspection And Test Of The Fire Alarm System In Accordance With Nfpa-72 (i.e. National Fire Alarm And Signaling Code) And Oem Tech Manuals. The Contractor Must Perform 100 % Test On All Field Devices (i.e., Alarm-initiating Devices And Circuits) Listed In The System Drawing. Submit Cfr With Results Of The Inspection And Testing In The First Quarter Of The Period Of Performance.
3.3.1 The Contractor Must Supply And Install Sealed Lead Acid Batteries (i.e. Battery 12 Volt, 2.3 Ah, Quantity 2) Mounted Inside Fire Alarm Control Panel In Accordance With The Oem Tech Manual. Submit A Cfr.
note
the Contractor Must Perform Only Applicable Test On The Fire Alarm System. Some Of The Test Identified On The Attached Data Sheet May Not Be Required On Installed Fire Alarm System On The Cutter.
3.3.2 The Contractor Must Perform Applicable Tests On The Central Fire Detection System With Assistance From Tech Rep In Accordance With The Oem Tech Manual. These Tests Must Include Fault Detection Tests, Control Unit And Repeater Panel Tests, Cable Tests, And Firmware Verification. Submit A Cfr.
3.3.2.1 Perform Applicable Test As Identified In Nfpa Standard 72 Table 14.4.3.2, Record On A Suitable Checklist Created For The Purpose Of This Test. Submit A Cfr.
3.3.2.2 With Assistance From Ship’s Crew, Verify Signals From Fire Alarm Control Panel To Cgmcs Display Console.
3.3.2.3 The Contractor Must Verify Operation Of The Repeater Panel On The Bridge (pilothouse).
3.3.2.4 Certify That Fire Alarm System On The Cutter Is Operating Properly By Signing The End Of The Test Document With Identification, Company, And Licensing/credentialing Information. This Step Must Only Be Completed Once Repairs Are Completed To The Satisfaction Of The Coast Guard Inspector.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.4 Repair According To Cir Discrepancies. The Contractor Must Make Repairs And Conduct Calibration As Needed To Restore Operability To Malfunctioning Components Within The System.
3.5 Operational Test – Post Repairs. After Completion Of Work, The Contractor Must Witness An Operational Test (by Coast Guard Personnel) Of All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed, To Prove That They Are In Satisfactory Operating Condition. Submit A Cfr.
3.6 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310, Appendix A (cutter And Boat Exterior Painting Systems) And Appendix B (cutter And Boat Interior Painting Systems), Respectively, And As Applicable. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 0000, Appendix A (requirements For Preservation Of Ship Structures).
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Benesov Nad Ploucnici Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of this public contract is the reconstruction of the footbridge to the swimming pool in Benešov above Ploučnicí and part of the footpath. The footbridge The footbridge is located in the inner city of Benešov Nad Ploučnicí. The footbridge transfers local traffic connecting Ul. Nadražní A Bezručova Street, Across the Ploučnica River. Construction Will Be Conducted Under Full Closures, All Pedestrian Traffic Will Be Excluded. The Repair of the Existing Building Will Not Lead to New Permanent Occupancies. The Existing Bridge Will Be Dismantled To The Shaft Of The Supports, The Supporting Structure Will Be Demolished. The upper part of the supports will be demolished to the level of the new storage sills. Unused Material Will Be Taken To A Managed Landfill. Existing Stone Abutments Will Be Deeply Injected with Moss. Activated Cement Mixture. New Reinforced Concrete Monolithic Storage Bridges will be Anchored to the Existing Supports. The supporting structure of the new footbridge will be two steel girders with a monolithic slab on the lost formwork. The brick regulatory walls of the watercourse channel (wings of the bridge) will be repaired from local stone to cement mortar and deeply repaired. These wings will connect to the existing watercourse control wall. Watercourse channel in flood hole No. 1 Will be Cleared. Furthermore, only the trough at the Pat Abutments will be cleaned. Sidewalk Existing Tubular Railing Will Be Removed. Retaining Wall Will Be Lowered By Demolition For New Cornice. The surface is swept and blown before the cornice is carried out. The Outer Sides of the Remaining Retaining Walls Will Be Reprofiled to Ground Level. Walkway Between Retaining Walls Will Be Removed Including Base Courses.
Closing Date9 Jan 2025
Tender AmountCZK 5.3 Million (USD 216.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 7. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road, Phase 10, Barangay Paliparan Iii-barangay Paliparan Ii , Dasmariñas City, Cavite Contract Id No. : 25dq0078 Contract Location : Dasmariñas City, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Approved Budget For The Contract : Php 144,749,973.83 Net Length : 605.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 30, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Indicative Invitation To Bid Early Procurement Activities (epa) 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 3. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Connecting Barangay Lumil And Barangay Cabangaan, Silang, Cavite Contract Id No. : 25dq0056 Contract Location : Silang, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Indicative-approved Budget For The Contract : Php 48,999,919.60 Net Length : 200.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 255 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 – January 03, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On December 19, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 03, 2024 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 03, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph December 11, 2024 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Closing Date10 Jan 2025
Tender AmountPHP 48.9 Million (USD 844.3 K)
9141-9150 of 9266 archived Tenders