Bridge Tenders

Bridge Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro, Mimaropa Region (iv-b) October 22, 2024 Invitation To Bid For The Following Projects: (gaa Fy 2025 Projects) 1. 25ed0001 – Construction Of Concrete Road, So. Star Apple, Poblacion, Baco, Oriental Mindoro 2. 25ed0002 - Construction Of Concrete Road, Barangay Malabo, Victoria, Oriental Mindoro 3. 25ed0003 - Construction Of Concrete Road, San Agustin 2, Naujan, Oriental Mindoro 4. 25ed0004 - Construction Of Drainage, Sitio Crossing, Brgy. Calsapa, San Teodoro, Oriental Mindoro 5. 25ed0005 – Construction Of Pedestrian Overpass At Calapan South Rd – K0006+000, Calapan City, Oriental Mindoro 6. 25ed0006 - Construction Of Tawiran – Guinobatan Bypass Road, Calapan City, Oriental Mindoro 7. 25ed0007 - Construction Of Bucayao – Panggalaan River Control At Barangay Buhuan, Calapan City, Oriental Mindoro 8. 25ed0008 - Construction Of Road (phase Iii) Sitio Olivo, Mabuhay I, Socorro, Oriental Mindoro 9. 25ed0009 - Construction Of Road, Barangay Mayabig, Baco, Oriental Mindoro 10. 25ed0010 - Construction Of Road, Sitio Buhuan, Barangay Comunal, Calapan City, Oriental Mindoro 11. 25ed0011 - Construction Of Road, Sitio Goldenville, Barangay San Rafael, Calapan City, Oriental Mindoro 12. 25ed0012 - Construction Of Road, Sitio Pandayan, Barangay Santa Rita, Calapan City, Oriental Mindoro 13. 25ed0013 - Construction Of Multi – Purpose Building (covered Court), Community Vocational High School, Barangay Masipit, Calapan City, Oriental Mindoro 14. 25ed0014 - Construction Of Multi – Purpose Building, Zone 4, Socorro, Oriental Mindoro 15. 25ed0015 - Construction Of Road Dike, Barangay Bagong Buhay, Naujan, Oriental Mindoro 16. 25ed0016 - Construction Of Flood Control Structure, Sitio Caguisikan, Barangay Gutad, Calapan City, Oriental Mindoro 17. 25ed0017 - Construction Of Seawall Structure, Sitio Proper, Barangay Navotas, Calapan City, Oriental Mindoro 18. 25ed0018 - Construction Of Seawall Structure, Barangay Pachoca, Calapan City, Oriental Mindoro 19. 25ed0019 - Construction Of Flood Control Structure, Barangay Managpi, Calapan City, Oriental Mindoro 1. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office, Through The Gaa 2025 Intends To Apply The Sums Below Of Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract I.d. No. Approved Budget For The Contract 25ed0001 Php 4,900,000.00 25ed0002 Php 4,900,000.00 25ed0003 Php 9,800,000.00 25ed0004 Php 4,900,000.00 25ed0005 Php 24,500,000.00 25ed0006 Php 68,600,000.00 25ed0007 Php 49,000,000.00 25ed0008 Php 4,900,000.00 25ed0009 Php 4,900,000.00 25ed0010 Php 4,900,000.00 25ed0011 Php 4,900,000.00 25ed0012 Php 4,950,000.00 25ed0013 Php 4,950,000.00 25ed0014 Php 4,950,000.00 25ed0015 Php 98,000,000.00 25ed0016 Php 99,646,400.00 25ed0017 Php 68,600,000.00 25ed0018 Php 29,400,000.00 25ed0019 Php 99,000,000.00 2. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 2.1 Contract I.d. No. : 25ed0001 Name Of Contract : Construction Of Concrete Road, So. Star Apple, Poblacion, Baco, Oriental Mindoro Location : Baco, Oriental Mindoro Scope Of Works : 1. Concreting Of 479.90 L.m. Road (width=5.00 M. 0.20 M. Thk. Pccp, 0.20 Thk. Aggregate Subbase Course) With 1.00 M. Asbc Shoulder At Sta. 0+000.00 – Sta. 0+069.00 And 0.50 M. Asbc Shoulder At Sta. 0+153.10 – Sta. 0+564.00 And Construction Of Slope Protection. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. 2.2 Contract I.d. No. : 25ed0002 Name Of Contract : Construction Of Concrete Road, Barangay Malabo, Victoria, Oriental Mindoro Location : Victoria, Oriental Mindoro Scope Of Works : 1. Remove Pccp Width Of 4.0 M. & Replace Pccp Width Of 5.0m.; Thickness=0.20 M. Aggregate Subbase Course Thickness = 0.20 M. Length Road I = 440.00 M. Length Road Ii = 96.00 M. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 88 C.d. 2.3 Contract I.d. No. : 25ed0003 Name Of Contract : Construction Of Concrete Road, San Agustin 2, Naujan, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : 1. Concreting Of 5 M. Width Road (thickness = 0.20 M., Aggregate Subbase Course Thickness = 0.20), With 1 M. Gravel Shoulder Both Sides; With Total Length Of 715.50 M.; With Stone Masonry Slope Protection At Intermittent Section. 2. Concreting Of 5 M. Width Road (thickness = 0.20 M., Aggregate Subbase Course Thickness = 0.20) Without Shoulder With Total Length Of 223.50 M. Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 131 C.d. 2.4 Contract I.d. No. : 25ed0004 Name Of Contract : Construction Of Drainage, Sitio Crossing, Brgy. Calsapa, San Teodoro, Oriental Mindoro Location : San Teodoro, Oriental Mindoro Scope Of Works : Construction Of Drainage: Total Length = 284.50 L.m. Canal I: Closed Canal Depth = 1.50 M. Length = 140.00 Width = 3.0 M. Canal Ii: Open Canal R/s Depth = 1.40 M. Length = 144.50 Width = 0.70 M. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 151 C.d. 2.5 Contract I.d. No. : 25ed0005 Name Of Contract : Construction Of Pedestrian Overpass At Calapan South Rd – K0006+000, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 18.8 M. Footbridge, 2 Units Of 3.00 M. X 1.09 M. Box Culvert With Lengths Of 26 L.m. And 27 L.m. Approved Budget For The Contract : Php 24,500,000.00 Contract Duration : 250 C.d. 2.6 Contract I.d. No. : 25ed0006 Name Of Contract : Construction Of Tawiran – Guinobatan Bypass Road, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 1,166.50 L.m. Of Road (width = 13.4 M., 0.30m. Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) With Gravel Shoulder On B/s W = Varies 2. Construction Of 64.00 L.m. Of Slope Protection On B/s. 3. Construction Of 18.00 L.m. Rcdg Bridge. Approved Budget For The Contract : Php 68,600,000.00 Contract Duration : 360 C.d. 2.7 Contract I.d. No. : 25ed0007 Name Of Contract : Construction Of Bucayao – Panggalaan River Control At Barangay Buhuan, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 120.00 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 273 C.d. 2.8 Contract I.d. No. : 25ed0008 Name Of Contract : Construction Of Road (phase Iii) Sitio Olivo, Mabuhay I, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Concreting Of 5 M. Width Road (thk = 0.20 M.) With Total Length Of 361.00 M. With Slope Protection At Intermittent Section. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. 2.9 Contract I.d. No. : 25ed0009 Name Of Contract : Construction Of Road, Barangay Mayabig, Baco, Oriental Mindoro Location : Baco, Oriental Mindoro Scope Of Works : 1. Concreting Of 366.00 L.m. Of Road (width = 5.0 M., 0.20 Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) With 1.00 M. Asbc Shoulder And Construction Of Slope Protection. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. 2.10 Contract I.d. No. : 25ed0010 Name Of Contract : Construction Of Road, Sitio Buhuan, Barangay Comunal, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5 M. Width Road (thk = 0.20 M.) With Total Length Of 330.00 M. 2. Construction Of Slope Protection – 282.80 L.m. On L.s. And 322.80 L.m. On R.s. 3. Installation Of 6.00 L.m. Rcpc, Diameter = 0.60 M., With Headwall. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 70 C.d. 2.11 Contract I.d. No. : 25ed0011 Name Of Contract : Construction Of Road, Sitio Goldenville, Barangay San Rafael, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5.00 M. Width Road (thk = 0.23 M.) With Total Length Of 446 M. With 1.00 M. Width Shoulder Of Aggregate Subbase Course 0.20 M. Thick. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 74 C.d. 2.12 Contract I.d. No. : 25ed0012 Name Of Contract : Construction Of Road, Sitio Pandayan, Barangay Santa Rita, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Construction Of Road: Width = 5.0 M.; Thickness = 0.20 M.; Length = 405.50 M. Aggregate Subbase Course Thickness = 0.20 M. 2. Road I: Construction Of Rcpc 0.60 M. Diameter @ Sta. 00+272.00 And With Slope Protection On R/s, Length = 338.00 M. 3. Edge Protection: Road I: Length = 338.00 M. (left Side); Road Ii: Length = 67.50 M. (both Sides) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 69 C.d. 2.13 Contract I.d. No. : 25ed0013 Name Of Contract : Construction Of Multi – Purpose Building (covered Court), Community Vocational High School, Barangay Masipit, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 13.00 M. X 27.00 M. Covered Court With 9.00 M. X 7.00 M. Stage With Cr, Ceiling Works, Tile Works, Plumbing And Electrical Works With Flashing, Gutter, Catch Basin, Painting Works Of Steel And Masonry, Electrical Works With 60 Ln.m. Of Trench Drain Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 C.d. 2.14 Contract I.d. No. : 25ed0014 Name Of Contract : Construction Of Multi – Purpose Building, Zone 4, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : Construction Of 15.00 M. X 27.00 M. Covered Court With Sidings Enclosure Of Court, With Stage (9.0 M. X 5.0 M.) 2 Steps Of Bleachers (27.00 Lm), Painting Works And Plumbing Works, Electrical Works Embankment 0.40 M. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 C.d. 2.15 Contract I.d. No. : 25ed0015 Name Of Contract : Construction Of Road Dike, Barangay Bagong Buhay, Naujan, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : Construction Of 138.40 L.m. Road Dike With Geotube Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 333 C.d. 2.16 Contract I.d. No. : 25ed0016 Name Of Contract : Construction Of Flood Control Structure, Sitio Caguisikan, Barangay Gutad, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 362.40 L.m. Concrete Revetment Resting On Concrete Pile Cap With 9 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 99,646,400.00 Contract Duration : 333 C.d. 2.17 Contract I.d. No. : 25ed0017 Name Of Contract : Construction Of Seawall Structure, Sitio Proper, Barangay Navotas, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 541.60 L.m. Of Seawall Structure Resting On Concrete Pile Cap With 3 M. Steel Sheet Piles U-type Iii Approved Budget For The Contract : Php 68,600,000.00 Contract Duration : 314 C.d. 2.18 Contract I.d. No. : 25ed0018 Name Of Contract : Construction Of Seawall Structure, Barangay Pachoca, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 111.20 L.m. Concrete Revetment Resting On Concrete Pile Cap With 9 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 226 C.d. 2.19 Contract I.d. No. : 25ed0019 Name Of Contract : Construction Of Flood Control Structure, Barangay Managpi, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 278.00 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 99,000,000.00 Contract Duration : 333 C.d. Bidders Should Have Completed A Contract Similar To The Project. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 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 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. In View Of The Full Implementation On Assigning Only Qualified And Competent Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Projects, Please Be Reminded Of Department Order No. 98 S. 2016 “limits Of Assignment Of Contractors’/consultants’ Materials Engineers” And Department Order No. 118 S. 2024 “guideline On The Accreditation And Assignment Of Contractor’s And Consultants’ Project Engineers”. 4. 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). 5. Prospective Bidders May Obtain Further Information From The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 22 – November 12, 2024 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, In The Following Amounts: Contract I.d. Number Amount 25ed0001 Php 5,000.00 25ed0002 Php 5,000.00 25ed0003 Php 10,000.00 25ed0004 Php 5,000.00 25ed0005 Php 25,000.00 25ed0006 Php 50,000.00 25ed0007 Php 25,000.00 25ed0008 Php 5,000.00 25ed0009 Php 5,000.00 25ed0010 Php 5,000.00 25ed0011 Php 5,000.00 25ed0012 Php 5,000.00 25ed0013 Php 5,000.00 25ed0014 Php 5,000.00 25ed0015 Php 50,000.00 25ed0016 Php 50,000.00 25ed0017 Php 50,000.00 25ed0018 Php 25,000.00 25ed0019 Php 50,000.00 7. 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. 8. The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office Will Hold A Pre-bid Conference On October 29, 2024 @ 9:30 A.m. At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Video Conferencing Or Webcasting Via Zoom Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_mindorooriental@dpwh.gov.ph For Electronic Submission On Or Before November 12, 2024 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On November 12, 2024, Immediately After The Deadline For The Submission Of Bid At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways, Mindoro Oriental 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 Section 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. 14. For Further Information, Please Refer To: Engr. Agnes M. Bueno Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro Bueno.agnes@dpwh.gov.ph (043) 288-9365 Albien M. Mahia Bac Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 68.6 Million (USD 1.1 Million)

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment-3 a. Extend Rfq-25-phx-015 To Tuesday February 18, 2025 And Time Remains The Same. b. Change To: Bpa Terms And Conditions, Annual Review Of Bpa, Paragraph 15: 15. Annual Review Of Bpa: the Contracting Officer Shall Review The Bpa Annually To Continue The Bpa For One More Year On Whether (1) The Schedule Contract That The Bpa Was Established Is Still In Effect, (2) Bpa Still Represents The Best Value To The Government, (3) Request To Contractor On Any Additional Price Reductions, And (4) Cor To Provide Contractor Assessment Performance Rating For The Contractor. Once The Annual Review Is Performed The Contracting Officer Will Determine To Continue The Bpa For Another Year. c. Questions And Answers: 1. Question: The Solicitation Says That Adding Items To The List Will Need To Have A Request For Modification To The Acquisition Department To Add Additional Items. answer: After Award, If New Items Are Needed The Tpoc Will Need To Provide The Acquisition Department A Request For Modification To Add New Items To Price Schedule. 2. Question: Should I Have Only The Approved Items On Our Website? So That They Are The Only Items Visible To Be Ordered On The Website. answer: The Approved Items Are The Items From The Price Schedule And The Items Under The Approved Dental Categories And We Have Listed The Unapproved Dental Categories. You Can Explain The Ordering Process For Unapproved Items Under Factor 1 – Technical, Sub-factor B. 3. Question: Am I Expected/ Required To Have All Henry Schein Items Listed And Priced On The Website For All The Facilities To View? answer: You Are Expected To Have The Items From The Price Schedule Listed On The Website For All The Nine Dental Clinics Locations. 4. Question: Henry Schein Does Not List When Backordered Items Will Become Available. Is This Mandatory For Our Company For The Solicitation? answer: You Need To Provide This Information On How You Going To Explain Backorders As Requested From Factor 1 – Technical, Sub-factor B. 5. Question: To Have This Website Done Is Costly And They Want A Three-year Commitment From Us. I Know That You Cannot Guarantee Anything But What Are Our Chances That The Option Years Would Be Awarded To Us As We Are Doing This Work For The Solicitation? answer: The Bpa Terms And Conditions, Bpa Annual Review, Paragraph 15, See Attachment Amendment-3 Bpa Terms And Conditions. This Paragraph Explains The Annual Review Of Bpa And The Contracting Officer Will Make This Determination. 6. Question: Some Addresses Are Different From The Ordering Official Delegation And Site Location Attachment. answer: We Will Use The Address From The Bpa Terms And Conditions, Delivery Location And Time, Paragraph 12, See Amendment-3 Bpa Terms And Conditions. amendment-2, Added Revision To Price Schedule the Purpose Of This Amendment Is To Provide Revised Price Schedule To Include Quantity, If Equal Product Offer Shall Provide Equal Item No, Equal Description, And Equal Size. attachment: Amendment-2, A Price Schedule amendment-1, Question And Answers 1. Will You Accept "equal" Products To The Listed Items? If So, How Should We Designate An "equal" Item Through The Bid Schedule? If Not, May I Ask The Reason For Not Allowing Equivalent Products? we Have Changed The Rfq-25-phx-015 To Brand Name Or Equal Henry Schein Dental Supplies, See Attachment Amend-1 Rfq-25-phx-015. 2. I Read That You Expect Over 90% Of The Items To Be Awarded To One Company, How Will The +-10% Of Other Items Be Awarded? this Statement Changed To “we Expect That The Majority (over 90%) Of The Products Under This Bpa Will Be Purchased Through One Contractor And We Expect The Contractor To Add The New Items Into The Price Schedule To Meet The 90%”, See Attachment Amend-1 B Scope Of Work. 3. Does The Government Need The Indian-owned Firm To Supply Their Own Ordering Website Or Do You Want To Order Through A Large Company's Website And Utilize The Winning Vendors Account On The Large Company's Site? you Will Need To Provide This Information For Factor -1 Technical, Sub-factor B: Offeror Shall Provide On-line Web-site Ordering System From Their Distributor To Include Process For Account Set-up, Ordering Process, And Return Policies. five-year Blanket Purchase Agreement (bpa) For Brand Name Or Equal Henry Schein Dental Supplies indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) place Of Performance: Nine Service Unit Locations (i) This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Far Subpart 12.6 And Far 13.303 Bpas As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Separate Written Solicitation Will Not Be Issued. the Government Will Award One Firm-fixed Price Bpa Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer Is Conforming To The Brand Name Or Equal Henry Schein Dental And Supplies. Lowest Price Technically Acceptable (lpta) Source Selection Will Be Used Where Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. (ii) Solicitation Number Is #rfq-25-phx-015 And Is Issued As A Request For Quotation (rfq). (iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective 01/17/2025. (iv) This Requirement Is Set-aside To Indian Small Business Economic Enterprises Or Native-owned Small Business Under Naics Code 339114 And Size Standards Is 1,000 Employees. (v) The Contract Line Items (clins) Are Listed On The Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule For The Base Year, Option Year 1, Option Year 2, Option Year 3 And Option Year 4, See Bottom Tabs On Price Schedule. Not Providing Prices For All Clins Items Shall Make Your Offer Non-responsive To The Solicitation. see Attachment A - Price Schedule. Offeror Can Provide Listing Of Items On A Separate Quote Or Items On Attachment - A Price Schedule. Unit Prices Should Include Shipping Charges And Shipping Is Fob Destination. (vi) The Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Intends To Procure For Brand Name Or Equal Henry Schein Dental Supplies. approved Dental Categories: 1. Alloys, 2. Dental Anesthetic Products, 3. Cements, Liners And Bases, 4. Restorative Materials, 5. Restorative Materials, 6. Crown And Bridge Products, 7. Disposable Exam Room Products, 8. Endodontic Products, 9. Evacuation Products, 10. Dental Hand Instruments (non-mechanical), 11. Impression Materials And Access, 12. Infection Control Products, 13. Infectious Waste Management, 14. Dental Miscellaneous Products, 15. Patient Room And Reusable Exam Products, 16. Pins And Posts, 17. Preventative Products, 18. Rotary Burs And Kits, 19. Surgery Products, 20. X-ray Products, 21. Laboratory, 22. Pharmaceuticals Over The Counter, 23. Dental Health Care Products, 24. Iv And Irrigation Products, 25. Medical Surgical Instruments (non-mechanical), 26. Gloves, 27. Operating Finishing And Polishing, 28. Tooth Whitening, 29. Orthodontic Products, 30. Cad/cam Consumable Products, 31. Periodontal And Bone Management, 32. Articulating, 33. Matrix Materials, 34. Retraction Material, 35. Rubber Dam Materials, 36. Wound Care, 37. Wound Closure, 38. Hypodermic Supplies, 39. Laboratory Supplies, 40. Practice Marketing And 41. Dental Office Supplies. unapproved Dental Categories: 1. Handpieces (mechanical), Parts And Repairs, 2. Large Equipment Accessories/parts And Repairs, 3. Dental Small Equipment (mechanical), Parts, Preventative Maintenance And Repairs, 4. Medical Diagnostics And Emergency, 5. Dental Lighting And Accessories, 6. Dental Equipment Parts Or Accessories And Repairs, 7. Labor Charges Equipment Services, 8. Equipment And Technology, And 8. Registration For On-line Courses (vii) Delivery Location And Acceptance Terms For This Contract Award Is Fob Destination. delivery Locations: 1. Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, Az 85016; 2. Colorado River Service Unit, 12033 Agency Road, Parker, Az 85344; 3. Peach Springs Health Center, 943 Hualapai Way, Peach Springs, Az 86434; 4. Hopi Health Care Center, Highway 264 Mile Marker 388, Polacca, Az 86042; 5. Fort Yuma Service Unit, 401 East Picacho Road, Winterhaven, Ca 92283; 6. Southern Bands Health Center, 515 Shoshone Circle, Elko, Nv 89801; 7. Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, Az 85941; 8. Cibecue Health Clinic, 2nd West 3rd Street, Cibecue, Az 85911; And 9. Fort Duchesne Health Center, 6822 East 1000 South, Fort Duchesne, Ut 84026 (viii) Addendum To Far 52.212-1, Instructions To Offerors – Commercial Items (oct 2018). submissions Of Offers 1. Offers, Shall Include All Required Documents And Must Be Submitted To The Contact Specialist Donovan Conley At Email Address Donovan Conley@ihs.gov. Documents Must Be Properly Executed And Submitted No Later Than The Offer Due Date Of February 14, 2025 At 4:00 Pm Mst (az Time). No Questions Will Be Accepted After February 14, 2025 At 12:00 Pm Mst (az Time). Only Electronic Offers Will Be Accepted And Must Be Emailed To Donovan.conley@ihs.gov. Any Submission Of Offers After The Closing Date Of The February 24, 2025 At 4:01 Pm Mst (az Time) Will Not Be Accepted For Consideration. 2. Exceptions To Terms And Conditions: Offerors Must Clearly Identify Any Exception To Solicitation Terms And Conditions And Provide Accompanying Rationale. 3. Registration In System For Award Management (sam): In Order To Be Eligible For Contract Award Offerors Must Be Registered In Sam At Https://www.sam.gov. 4. Offeror Shall Provide The Following Information: uei Sam Number And Tin Number On Attachment C – Clauses And Administration Data. 5. Basis Of Award: this Acquisition Will Utilize Lowest Price Technically Acceptable (lpta) Source Selection Procedures Were Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. By Submission Of Its Offer, The Offeror Accepts All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement May Result In An Offer Being Determined Technically Unacceptable. in Order For An Offeror To Be Considered For Award, The Proposal Must Receive An “acceptable” Rating In Every Non-price Factor. Any Proposal Receiving A Rating Of “unacceptable” In Any Non-price Factor Will Not Be Further Evaluated. ratings For Technical: acceptable – Proposal Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable – Proposal Does Not Clearly Meet The Minimum Requirements Of The Solicitation. for The Purpose Of Award, The Government Shall Evaluate Offers Based On The Evaluation Factors Described Below: factor 1 – Technical: offeror Shall Provide The Following Sub-factor Information. sub-factor A: Offeror Shall Provide Current Distribution Letter For Dental Supplies And Provide Distributor’s Name, Work Phone Number And Email Address. sub-factor B: Offeror Shall Provide On-line Web-site Ordering System From Their Distributor To Include Process For Account Set-up, Ordering Process, And Return Policies. sub-factor C: Offeror Shall Provide Number Of Day Of Delivery For Nine Locations With Tracking Information From Paragraph Vii. factor 2 – Past Performance: offerors Are Required To Furnish One To Three Current, Or Recently Completed Federal, State, Local Government, Or Private Contracts Under Which You Have Provided The Same Or Similar Or Relevant Supplies Or Services Required In This Solicitation Within The Last Five (5) Years. Provide Contact Name, Period Of Performance Dates, And Point Of Contact, Telephone Number, And Email Address. Past Performance Will Be Reviewed To Assure That The Offeror Has Relevant And Successful Performance History. Contractor Shall Notify All References That Have Been Provided To The Ihs For Their Solicitation. past Performance Reference Format: contract Number: ___________________________________ contractor Name:___________________________________ contractor Address:__________________________________ contact Name:_____________________________________ contact Telephone No:_______________________________ contact Email:_____________________________________ supplies Provided:___________________________________ period Of Performance Dates:___________________________ contract Amount Including Options: $____________________ contractor Ein Number: ______________________________ the Government May Rely On Internal Documentation Including The Federal Awardee Performance And Integrity Information System (fapiis) Past Performance Information Retrieval System (ppirs) And Contracting Officer's Knowledge Of And Previous Experience With Supply Or Service Being Acquired For Determining Past Performance, If No Record Of Past Performance Is Found In Fapiis Or Ppirs, The Contractor Shall Not Receive A Favorable Or Unfavorable Rating, But Shall Receive A Rating Of Neutral. factor 3 – Price: offeror Shall Provide Prices Using Attachment A – Price Schedule Or Provide Quotation With The Items Listed From The Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule For The Base Year, Option Year 1, Option Year 2, Option Year 3 And Option Year 4, See Bottom Tabs On Price Schedule. Not Providing Prices For All Clins Items Shall Make Your Offer Non-responsive To The Solicitation. the Government Will Evaluate The Quote To Determine The Price Fair And Reasonableness In Accordance With Far 13.106-3(a). offer Must Be Good For 120 Calendar Days After Submission. fob Destination Conus (continental U.s.). Shipping Charges Shall Be Included In The Purchase Cost Of The Product. Sellers Shall Deliver The Products On Their Own Conveyance To The Location Listed On The Award. (ix) Addendum To Far 52.212-2, Evaluation – Commercial Item (oct 2014). a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation As Follows: award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors. (lowest Price Technically Acceptable, Far 15.101-2) The Following Factors Shall Be Used To Evaluate Offers: factor 1 – Technical (acceptable/unacceptable) Sub-factor A: Provide Distribution Letter Sub-factor B: Provide On-line Web-site Ordering System Sub-factor C: Provide Number Of Day Of Delivery For Nine Locations From Paragraph (vii) factor 2 – Past Performance (acceptable/unacceptable) factor 3 – Price (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (x) Offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (may 2024), With Its Offer. (xi) Far 52.212-4 Contract Terms And Conditions – Commercial Items (nov 2023) Applies To This Acquisition. addendum To Far 52.212-4 (g) Invoices. 1. Invoices: Invoices Shall Be Submitted In Arrears: a. Quarterly [ ] b. Semi-annually [ ] c. Other [x] After Shipment Of All Items. 2. Invoice Instructions: invoicing Will Be Completed Electronically At Www.ipp.gov Or Any Successor Site. Note: The Ipp Helpdesk Is Itservicedesk@fiscal.treasury.gov hhsar Clause 352.232-71 Electronic Submission Of Invoice Payment Requests (feb 2022) (a) Definitions. As Used In This Clause -- Payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), ‘content Of Invoices’ And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) technical Point Of Contact (tpoc): Nadine Brown, Nadine.brown@ihs.gov contract Specialist: Donovan Conley, Donovan.conley@ihs.gov (xii) Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -commercial Items (jun 2023), See Attachment Clauses And Administrative Data. (xiii) Additional Solicitation Provisions Used For Acquisition Of Commercial Items And Attachments Used For This Combined Synopsis-solicitation. the Office Of Management And Budget (omb) Mandates That U.s. Federal Agencies Use The Internet Protocol Version 6 (ipv6). In November 2020, Omb Issued Memorandum M-21-07 "completing The Transition To Ipv6", Which Outlines The Federal Government's Strategic Intent "to Deliver Its Information Services, Operate Its Networks, And Access The Services Of Others Using Only Ipv6". The Ihs Requires All New It Systems (hardware And Software) To Operate In A Pure Ipv6 Network Environment. This Includes On-premises Services Or Third-party Hosted Services That Require Network Integration Into The Ihs Network. The Offeror's Solution Shall Comply With The Ipv6 Standards Profile As Defined By The Nist Usgv6 Program: Https://www.nist.gov/programs-projects/usgv6-program register In Invoice Processing Platform (ipp): in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests” ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. provisions: far 52.204-7 System For Award Management (oct 2018) far 52.216-1 Type Of Contract (apr 1984), The Government Contemplates Award Of A Firm-fixed Price Award Resulting From This Solicitation. attachments: 1. Combined Synopsis-solicitation Rfq-25-phx-015, 6-pages 2. A – Price Schedule, 1-page 3. B – Scope Of Work, 3-pages 4. C – Bpa Terms And Conditions, 8-pages 5. D – Clauses And Administration Data, 8-pages 6. E – Ordering Officials And Site Locations, 2-pages 7. F – 2025 Az Tax Exemption Letter, 3-pages (xiv) N/a (xv) Rfqs Are Due By February 14, 2025 At 4:00 Pm Mst. Email The Offers To Donovan.conley@ihs.gov. Questions Are Due Before February 14, 2025 At 12:00 Pm Mst. Offeror Must Confirm Ihs Receipt Of Their Proposal. you Are Reminded That Representatives From Your Company Shall Not Contact Any Ihs Phoenix Area Employees To Discuss This Rfq During This Solicitation Process. All Questions And Concerns Regarding This Rfq Shall Be Directed To The Contracting Officer Or Contract Administrator. (xvi) Contract Administrator: Donovan Conley, Contracting Specialist, Donvan.conley@ihs.gov contracting Officer: Jeremy Steel, Jeremy.steel@ihs.gov
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 115.8 Million (USD 1.9 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 99.3 Million (USD 1.7 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 115.8 Million (USD 1.9 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 120.6 Million (USD 2 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 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), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th 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 1 St 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 21 – February 11, 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 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 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 February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 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 1 Ib: 25df0107-25df0113 Page 4 Of 4 St 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 16.9 Million (USD 291.9 K)

The City Of Kosmonosa Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Czech Republic
Details: Description: Fixed Glass Wall, Divided With Doors, Double-wing Doors Opening Standard Metal Profiles With Broken Thermal Bridge, Sealing Profiles, Uw Up To 2.0 W/m2k. Glazing Clear Insulating Glass, 6/12/6 Double-Sided Safety Glass. The Doors Will Be Designed As Double-wings Without A Jamb Profile. The Main Wing Will Be Fitted With A Handle With A Panic Function And An Electromechanical Lock From The Inside, A Door Ball Will Be Fitted On The Outside, There Will Be No Door Insert In The Door - The Door Cannot Be Locked. The Passive Wing Will Be Fitted With A Mortise Lock, Which Will Be Controlled From The Inside By A Door Handle. A Self-Closer With A Coordinator Is Located On Both Wings. All Locks Have A Panic Function. The Fittings on the Main Wing Can Be Replaced with a Deadbolt Electric Lock. A Deadbolt Lock Is Considered to Be a Lock That Has an Exclusive Up and Down Closing. The Electric Lock or Electromechanical Lock Will Be Connected So That the Door Opens (Unlocks the Fittings) When a Card Reader Signals, When a Signal From the Staff Room When a Fire Alarm Signal. The Order Also Includes an El. Drive for Opening Fillings with an Area of Min. 2 M2 When a Smoke Alarm Is Activated – According to the Weight of the Wing. Design: Spraying See Sample Door, Grey Matt Detailed Design Identical to the Wall in the School Canteen Inserted in the Previous Stage Including Fittings and Surface Treatment. Connection to the Fire System Opening Control in the Event of a Fire, for Ventilation of the Protected Escape Route. Connection to Control from the Staff Room, Videophone on the Wall, El. Doorman. Electrical Installation Already Done, Not Subject To Contract.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: **projnet Information Can Be Found In #5 1. Contract Information: This Pre-solicitation Notice Is For Interested Firms To Submit Their Sf 330 By February 18, 2025, 14:00 Hours, Cst. Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. This Is Not A Request For Proposal (rfp). The Services To Be Procured Under This Announcement Are Classified In North American Industry Classification System Code 541330 Engineering Services With A Small Business Size Standard Of $25.5m. This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. one Indefinite Delivery Contract (idc)willbe Negotiated And Awarded From This Solicitation. Work Will Be Accomplished Under An Idc Base, With A Performance Period Of Five (5) Years. Work Will Be Issued By Negotiated Firm Fixed-price Or Labor-hour Task Orders. The Cumulative Total Of Task Orders Issued Over The Life Of The Contract Shall Not Exceed A Capacity Of $5.0 Million. This Idc Contract Will Have A $1,000 Minimum Guarantee. Allocation Of Task Orders Will Be Based On Specialized Experience, Past Performance, Project Schedules, And/or Current Workload. the Work Consists Of Professional A-e Services Required For Performing Hydraulic And Hydrologic Modeling, Geographic Information Systems (gis) And Mapping, Economic Consequences Assessment, Corps Water Management System (cwms), Cwms Control And Visualization Interface (cavi) Integration, Documentation, And Other Related Engineering Services To Support Requirements Of The U.s. Army Corps Of Engineers (usace) Modeling, Mapping, And Consequences (mmc) Production Center. The Scope Of These Services And Project Locations Are Nationwide. 2. Project Information: The U.s. Army Corps Of Engineers (usace) Dam And Levee Safety Programs And The Office Of Homeland Security (ohs) Have Tasked The Mmc To Develop, On An Expedited Schedule, Dam Break Flood Inundation Modeling And Mapping For Usace Inventory Of 700 Plus Water Resources Projects (dams). These Efforts Will Support National Critical Infrastructure Protection Responsibilities Led By Usace Under The Dam Safety And Levee Safety Programs Portfolio Development And Undergo Risk Assessments Led By The Risk Management Center (rmc). The Mmc Production Center Was Also Charged With Supporting The Hydraulics, Hydrology, And Coastal Engineering (hh&c) Community Of Practice Community In Producing H&h Cwms Suites Of Models For All 201 Usace Operational Watersheds. The Usace's Vision Is To Achieve A Safe, Secure, And More Resilient Corps Civil Works Infrastructure By Enhancing Its Protection To Prevent, Deter, Or Mitigate The Potential For Dam And Levee Failure And Improve Preparedness, Response, And Rapid Recovery In The Event Of An Attack, Natural Disaster, And Other Emergencies. A Major Initiative Within This Effort Involves The Development Of Cwms Suite Of Models, Dam Break Flood Hydraulic Models, Inundation Mapping, And Consequence Estimates. Lastly, The Mmc Production Center Also Is Currently Supporting Fema With Its Methodology Development And Production For Its Future Of Flood Risk Data (ffrd) Initiative. Components Of The Initiatives Above Include: cwms Cavi Development And Implementation To Support Daily H&h Water Management Activities. Cwms Cavi Is The Interface That Contains The Four Main Modeling Components (hms, Ressim, Ras, And Fia) And Oversees And Controls The Operation Of The Models As They Work Together In The System. Additional Components May Include Regi And Metvue. Regi Is An Interface That Uses The Information In The Cwms Database To Display Reports, Charts/graphs, And Other Information Such As Performing Simple Calculations. Metvue Is A Tool That Facilitates Viewing And Manipulation Of Meteorological Datasets As Well As Performing A Variety Of Computations And Analyses, Including Temporal And Spatial Aggregation Of Datasets And Areal Average Computations. hms, Ressim, Ras, Fia, And Cavi Improvements To Support District Implementation Of Cwms, And The Production Of Specified Inundation Map Layers. development Of Static Map Libraries And Consequences For The Rapid Inundation Mapping (rim) Builder In Accordance With Mmc Standard Operating Procedures (sop). This Shall Include One-dimensional, Two-dimensional, And Integrated One/two Dimensional Hydraulic Models From Cwms, Over A Variety Of Specified Hydraulic Scenarios. support For The Flood Inundation Mapping (fim) Cadre, Including The Development Of Two Dimensional Modeling Efforts And Consequence Models. development Of Updated Dam And/or Levee Break Flood Models, Inundation Mapping, And Consequence Estimates Using Hec-ras And Lifesim In Accordance With Mmc Standard Operating Procedures (sop). This Shall Include One-dimensional, Two-dimensional, And Integrated One/two Dimensional Hydraulic Model Efforts, Over A Variety Of Specified Hydraulic Scenarios. applying And Testing H&h Modeling, Statistical Modeling, And Gis Mapping Capabilities. identify Standard Scenario Conditions As A Foundation For Dam Safety Emergency Action Plans (eaps) Mapping Requirements. incorporate Into Usace Inundation Maps Guidance For Above Normal Operational Dam Control Conditions. support In The Preparation And Update Of Water Control Manuals (wcm) For Dams Within Usace, To Include Authoring Chapters Of The Water Control Manual, Graphs, Plots, Maps, Tables, Research, Editorial Support, Printing, And Preparation Of Electronic And Paper Documents. creation Of Custom Gis/geospatial Tools For Use In The Automation Of Mmc Mapping Production Work Flows And H&h Data Analysis. leverage H&h Modeling And Gis Mapping Capabilities And Resources Via Close Coordination With Usace Risk Management Center (rmc), Levee Safety Center (lsc), Mapping Modeling And Consequences Production Center (mmc) And/or Dam Safety Modification Center (dsmc). the H&h, Statistical, And Geospatial Aspects Of Levee Safety Engineering And Design Services Including Support Of Site Characterization Studies, Engineering Evaluations And Analyses In Support Of Hydrologic (e.g. Inflow Design Flood), Consequence Studies, Levee Screenings, Feasibility Studies, Preliminary Designs, Value Engineering, Constructability Reviews, Or Other Analyses Or Studies Related To The Levee Safety Programs. These Services Shall Include Evaluation Of Bridges, Gates, Spillways, Pumping Stations And Other Appurtenant Structures Attached To Levees As Necessary To Characterize The Project As A Whole. the H&h, Statistical, And Geospatial Aspects Of Risk Analysis Services Involving Risk Methodology And Policy Development, Quantitative And Screening-level Risk Analyses For Dams And Levees, Issue Evaluation Studies, Existing Condition Risk Assessments, Periodic Assessments, Determination Of Total And Incremental Risk Reduction Benefits That Can Be Realized From Corrective Actions, Report Preparation And Other Risk Related Studies And Evaluations Under The Levee Safety Program. h&h, Statistical, And Geospatial Technical Review Services Including Subject Matter Expert Or Independent External Peer Reviews Of Reports, Studies, Risk Analyses, Risk Assessments, Design Documents, Construction Drawings And Specifications, Construction Cost Estimates, Constructability Reviews, And Physical Construction. development Of Two-dimensional Hec-ras Models At The Huc-4 Watershed Level As Will Be Defined By The Sop To Support Fema’s Ffrd Initiative. 3. Selection Criteria: Selection Will Be Based On The Following Considerations, Which Are Listed In Descending Order Of Importance. Criteria A Thru E Are Primary. Criteria F Is Secondary And Will Only Be Used As A “tie- Breaker,” If Necessary, In Ranking The Most Highly Qualified Firms. The Firm (either In House Or Through Association With A Qualified Consultant(s)) Must Demonstrate: (a) Specialized Experience And Technical Competence: List No More Than 10 Projects That Best Illustrate Current Qualifications, Relevant Project Experience And Technical Competence Of The Firm And Consultants In The Work Described In Items I-vii Below. (i) H&h Experience In Producing Hydraulic Modeling, Mapping, And Consequence Analysis Via Utilization Of Such Software As Hec-ras, Hec-hms, Hec-ressim, Cwms Cavi, , , Hec-fia, Hec-lifesim, Hec-metvue, Arcgis Pro; (ii) Experience In The Operation, Design, And General Knowledge Of Large Scale Basins, Dams, Rivers, And Water Control Structures; (iii) Experience In Processing And Delivering Large Scale Hydraulic Modeling And Gis Data For Numerous Simultaneous Projects; (iv) Experience In Developing A Consistent And Scalable Suite Of Hydraulic Models For Basins And Dams Capable Of Providing Consistent And Reliable Estimation Of The Risks To Society From Damaging Releases From Dams, Extreme Floods, Or Failures Due To Natural Disasters, Flaws, Or Attacks; (v) Experience In Developing Consistent Mapping For Delineation Of Flooded Areas Used To Compute Scalable Consequence Data That Will Provide Consistent Consequence Estimates Of Population At Risk (par), Potential Life Loss (ll), And Estimated Dollars Impacts (vi) Experience In Developing Consistent Mapping For Emergency Action Plans (eap) That Shows Delineation Of Flooded Areas And/or Gis Products To Minimize Societal Impacts From Damaging Releases From Dams; (vii) Experience In Developing And Documenting Consistent Gis, Consequence, And Modeling & Mapping Standards; And (vii) Experience Performing Gis Enterprise Systems Implementation Projects To Include Activities Such As Planning, Requirements, Design, Programming, Implementation, Support, And Application Hosting Within The Esri Technology Environments. (b) Professional Qualifications: The Firm Must Indicate Professional Registration And Work Experience Of Key Personnel. The Firm Should Emphasize Professional Registrations, Advanced Degrees, Certifications, And Specific Work Experience Of Key Personnel In Project Managers, Hydrologic And Hydraulic Engineering, Gis/cartography, Economics, And Technical Writing/editing. The Selected Firm Should Also Indicate Adequate Management Personnel With Required Qualifications And Experience To Assure Prompt Response To Assignments. (c) Capacity To Accomplish The Work: The Firm Should Indicate The Ability To Perform Numerous Projects At The Same Time Regardless Of Unexpected Equipment Breakdowns, And/or Personnel Problems; And Complete Work In A Timely Manner. (d) Knowledge Of The Usace Operational Basins And Water Control Structure Inventory. (e) Past Performance: Consideration Will Be Given To Ratings On Previous Dod Contracts For Engineering Services. (f) Equitable Distribution Of Dod Contracts. Consideration Will Be Given To Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. Firms Should Cite All Contract Numbers, Award Dates And Total Negotiated Fees For Any Dod Contract Awarded Within The Last 12 Months. Include Delivery Orders Awarded Your Firm By Dod Agencies Within The Last 12 Months Under Indefinite Delivery Type Contracts. Modifications To Contracts Or Task Orders That Were Awarded Prior To The Last 12 Months Need Not Be Listed. 4. Submission Requirements: Interested Firms Having The Capabilities For This Work Must Submit One Electronic Copy (in Pdf Format) Of Sf 330 Along With A Signed Copy Of Part Ii Of Each Sub-consultant’s Sf 330 To: Mvkaecoordinator@usace.army.mil And Haleigh.j.erwin@usace.army.mil No Later Than 2:00 Pm Central On 18 February 2025. Include Both The Solicitation Number And The Company’s Unique Entity Id Number On All Submittals. Include Unique Entity Id Numbers In Block 9 For All Firms Listed In The Sf 330. note The Following Restrictions On Submittal - Resumes Of Key Persons, Specialists And Individual Consultants (section E) Anticipated For This Contract Will Be Limited To A Maximum Of 20 Typed Pages. Pages In Excess Of The Maximum Of 20 Will Be Discarded And Not Used In The Evaluations. Additional Information (section H) Will Be Limited To A Maximum Of 20 Pages. All Telephone Calls Should Be Directed To Ms. Michelle Moore, (601) 631-5139 Or Email Michelle.moore@usace.army.mil. *** Appointments Will Not Be Scheduled For The Purpose Of Discussing This Announcement *** this Is Not A Request For Proposal (rfp). A Fee/price Solicitation Will Be Issued At A Later Date, To The Firm Determined To Be The Most Highly Qualified. note: Contractors Must Be Registered In The System For Award Management (sam), For Information See Http: Www.sam.gov. 5. All Technical Inquiries And Questions Related To This Solicitation Shall Be Submitted Via Projnet. technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Bidder Inquiry In Projnet At (https://www.projnet.org). Bidders Are Encouraged To Submit Questions 5 Days Prior To Bid Opening To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. To Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment /question Will Receive An Acknowledgement Of Their Comment/question Via Email, Followed By An Answer To The Comment/question After It Has Been Processed By Our Technical Team. all Timely Questions And Approved Answers Will Be Made Available Through Projnet. the Solicitation Number Is: W912ee25o0002 the Bidder Inquiry Key Is:nthbht-i56c4t specific Instructions For Projnet Bid Inquiry Access: 1. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen. 2. Identify The Agency. This Should Be Marked As Usace. 3. Key. Enter The Bidder Inquiry Key Listed Above. 4. Email. Enter The Email Address You Would Like To Use For Communication. 5. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form. 6. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System. 7. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System. specific Instructions For Future Projnet Bid Inquiry Access: 1. For Future Access To Projnet, You Will Not Be Emailed Any Type Of Password. You Will Utilize Your Secret Question And Secret Answer To Log In. 2. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen. 3. Identify The Agency. This Should Be Marked As Usace. 4. Key. Enter The Bidder Inquiry Key Listed Above. 5. Email. Enter The Email Address You Used To Register Previously In Projnet. 6. Click Continue. A Page Will Then Open Asking You To Enter The Answer To Your Secret Question. 7. Enter Your Secret Answer And Click Login. Once This Is Completed You Are Now Logged Into The System.
Closing Date18 Feb 2025
Tender AmountRefer Documents 
9231-9240 of 9283 archived Tenders