Building Construction Tenders
Building Construction Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 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 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st 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 - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 12. 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 Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents 13. Name Of Contract Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents : : : : : : : : : : : : : : : : : : : : : Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite 25df0087 Noveleta, Cavite Construction Of Road 0.990 Lane Km. Road ₱ 9,900,000.00 Fy 2025 Nep For Dpwh Infra Program 58 C.d. Small B C & D ₱ 10,000.00 Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 25df0088 Noveleta, Cavite Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage 1.814 Lane Km Road With Drainage ₱ 77,200,000.00 Fy 2025 Nep For Dpwh Infra Program 216 C.d. Medium A B ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 3. 4. 5. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 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. Ib: 25df0076-25df0088 Page 4 Of 6 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Pre Bid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st 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. 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 January 28, 2025 @ 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st 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. 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. The Department Of Public Works And Highways (dpwh), Cavite 1st 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. 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.” Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 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. Ib: 25df0076-25df0088 Page 5 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Ib: 25df0076-25df0088 Page 6 Of 6 Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 77.2 Million (USD 1.3 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1
amendment/modification
sam-notice 36c25025r0016
saginaw-auburn Annex, Michigan
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For
25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240
description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code.
va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Wheeler Road
west: Waldo Ave.; S Saginaw Rd;
south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd;
east: 2 Mile Road
see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements For Submissions:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor.
if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas.
offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department;
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel;
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner;
address Or Described Location Of Building;
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area;
description Of Ingress/egress To The Building From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Of Location Evidencing Floodplain Status;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, And Parking;
a Document Indicating The Type Of Zoning;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development;
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement;
market Survey (estimated): January 2025
occupancy (estimated): Fy 2025-2026
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time.
please Submit Your Response (electronic) To:
lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov
attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
__ (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
X (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp .
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
saginaw-auburn, Mi Lease Sources Sought Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/);
evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting.
also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance.
************************************************************************************************
note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary
presolicitation Notice/advertisement Va Office Of Real Property
u.s. Government
veterans Administration (va) Seeks To Lease The Following Space:
the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor.
state:
indiana
city:
indianapolis
delineated Area:
north: Washington Street Indianapolis, Indiana
east: Tibbs Avenue Indianapolis, Indiana
south: Kentucky Avenue Indianapolis, Indiana
west: Interstate 465 Indianapolis, Indiana
minimum Sq. Ft. (aboa):
10,400
maximum Sq. Ft. (aboa):
10,400
space Type:
optical Manufacturing
parking Spaces (total):
50
parking Spaces (surface):
50
parking Spaces (structured):
0
parking Spaces (reserved):
0
full Term:
240 Months
firm Term:
180 Months
option Term:
n/a
additional Requirements:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located In An Existing Single Tenant Building.
if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential.
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel.
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner.
address Or Described Location Of Building.
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area.
description Of Ingress/egress To The Building From A Public Right-of-way.
description Of The Uses Of Adjacent Properties.
fema Map Of Location Evidencing Floodplain Status.
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
a Document Indicating The Type Of Zoning.
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development.
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building.
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement.
action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
************************************************************************************************
action Required:
use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary.
action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page.
do Not Use For Full And Open Procurements.
note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable.
consideration Of Non-productive Agency Downtime In A Cba Should Be Rare.
expressions Of Interest Due:
wednesday, January 15, 2025, 12:00pm Est
market Survey (estimated):
january 20 22, 2025
occupancy (estimated):
september 21, 2025
incumbent
send Expressions Of Interest To:
name/title:
andrew D. Seaman, Lease Contracting Officer
8888 Keystone Crossing Suite 325
indianapolis, In 46240
email Address:
andrew.seaman2@va.gov
government Contact Information
lease Contracting Officer
lee M. Grant
email Address:
lee.grant@va.gov
Attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
X (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
__ (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
indianapolis, In Domiciliary Lease Pre-solicitation Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification);
Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (procurement/contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 202 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 59 Section Viii. Bill Of Quantities 60 Section Ix. Checklist Of Technical And Financial Documents 61 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) 1. The Bureau Of Corrections, Through The National Expenditure Program (nep) Of 2025 Capital Outlay, Intends To Apply The Sum Of Three Hundred Million Pesos Only (₱300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) With Identification Number _epa-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Super Maximum Security Facility, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1) Presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2) Batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3) National Structural Code Of The Philippines (nscp), Volume I, 2010 (4) Philippine Electrical Code (pec), 2009 (5) Revised Plumbing Code Of The Philippines (6) Revised Irr Of Ra 10575 (7) Republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8) Applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _december 28, 2024 (08:00am To 05:00pm) To January 20, 2025 (01:29 Pm)_____ From The Given Address And Website(s) Below. 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 Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On _january 06, 2025 (01:30pm)__ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before __january 20, 2025 (01:30pm)_____. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)____ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf), With Project Identification Number__________________. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Hundred Million Pesos Only (₱300,000,000.00). 2.2. The Source Of Funding Is: Nga, The National Expenditure Program 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Backhoe At Least 38hp With 0.055 To 0.160 M3 Bucket Capacity 1 Pay Loader At Least 2.5 To 9.5 M3 Bucket Capacity 1 Dump Truck At Least 10 Cu.m. 2 Generator 50kva 1 Concrete Mixers 1 Bagger 4 Welding Machines 300amp Heavy Duty 4 Submersible Dredging Pump At Least 1hp And 2” Output 1 Prospective Bidders Shall Attach The List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. 12 No Further Instructions. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Valid And Current Pcab License And Registration 7. Audited Financial Statement 8. Three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Fifteen Percent (15%) Of The Contract Price Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Sablayan Prison And Penal Farm, Occidental Mindoro 1. Project Information 1.1 Project Description The Mission Of The Bucor Is To Protect Society By Confining Offenders In The Controlled Environments Of Prisons And Community-based Facilities That Are Safe, Humane, Cost-efficient, And Appropriately Secure, And That Provide Self-improvement Opportunities To Assist Offenders In Becoming Law-abiding Citizens. The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Shall Be Conducive To The Reformation And Rehabilitation Of Inmates That Will Bring Them Back Into The Mainstream Of Society As Useful Citizens Of The Country. The Contract Will Involve The Design And Build Scheme Leading To The Construction Of The Bureau Of Corrections Super Maximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm, Sablayan, Occidental Mindoro. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Bucor Planning And Design Division Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bureau Of Corrections Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Bucor Super Maximum Prison Facility (phase 2) Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. This Project Aims To Be Completed Within A Year, Aligning With Our Decongestion Program. This Expedited Timeline Underscores Our Commitment To Addressing Urgent Needs Within The Correctional System And Providing Timely Solutions For The High Risk Committed Pdl. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Construction Of Super Maximum-security Facility Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, Scope Of Works And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Project Shall Have The Following Basic Components: A. Complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject For Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject For Review And Approval By The Director Of Directorate For Engineering Services (des). B. The Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C. The Contractor Shall Complete The Construction Of The Following Facility Component: I. One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Oncomposed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. Ii. 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); Iii. Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); Iv. Road Networks And Culverts • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts." 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject For The Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor Led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Out Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To The Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A. Render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B. Undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C. If Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D. The Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢ Part A – Facilities For The Engineer ➢ Part B – Other General Requirements Volume Iii ➢ Part A – Earthwork ➢ Part B – Plain And Reinforced Concrete Works ➢ Part C – Finishing ➢ Part D – Electrical ➢ Part E – Mechanical ➢ Part I – Water Supply ➢ Part J – Flood Control And Drainage ➢ Part I-c – Drainage Works For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology Which Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F. The Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulted From Improper Design. Further, Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A. Provide Full Information On All Requirements For The Project; B. Approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C. Give Prompt Written Notice Thereof To Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D. Designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E. Supervise And Monitor The Implementation Of The Project; I. Construction Monitoring And Testing Forms: • The Use Of Construction Monitoring And Testing Forms That Will Be Provide By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction. • Oversight Of These Forms Will Be Conducted By The Engineering Services (es) Of The Sppf On Behalf Of The Bucor Pdd • Sppf-es To Impose To Contractor Testing Of All Items After Installation And/or Application. Es To Send Pdd Copy Of The Test Report/s. • Sppf-es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project. • In Case There Would Be Substitute Or Alternative To The Original Specification Of Material/s, Sppf- Es To Inform Pdd Of Such Variation. Ii. Bucor Engineer Visits: • Nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits On A Quarterly Basis Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations. • Pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii. Progress Billing Payment: • Sppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Update. F. Pay The Accomplishment Accepted In The Conformance With The Mpss Included Under The Design And Build Contract. I. This Reports And Swa Updates Of The Ippf Es Will Be Reviewed And Approved By Pdd - Nhq Prior To Any Progress Billing Payments Being Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adopted Should The Same Be Found To Be Superior Than The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, Environmental, And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I. Architectural Design A. The Building Should Be Designed With Structural, Electrical, Natural Or Combine Ventilation And Natural Lighting Following Building Design Standards. B. The Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Site Development Plan 2. Vicinity Map 3. Perspective 4. Floor Plans 5. Elevations A. Front Elevation B. Rear Elevation C. Right Elevation D. Left Elevation 6. Sections A. Longitudinal Section B. Cross Section 7. Doors & Window Schedule 8. Plans And Details Of Stairs And Ramps 9. Schedule Of Finishes For Floors, Walls And Ceiling 10. Miscellaneous Details Ii. Structural Design A. The Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B. On The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Structural Design Criteria And Design Notes 2. Foundation Plan 3. Floor Framing Plans 4. Schedule Of Slab, Beams And Girders 5. Schedule Of Columns 6. Schedule Of Footings 7. Structural Details Of Stairs/ramp, If Applicable 8. Roof Framing Plan, If Applicable 9. Schedule And Details Of Trusses, If Applicable 10. Road Design And Details (if Applicable) 11. Miscellaneous Details Iii. Sanitary/plumbing Design A. General • The Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. • All Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. • The Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B. Drainage And Sewerage • The Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, And Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Sewer, Vent And Storm Drainage Layout 4. Enlarged Toilet Plan For Common And Pwd Toilets 5. Isometric Diagram 6. Miscellaneous Details 7. Drainage And Sewerage System 8. Three Chamber Septic Tank Plans And Details C. Water Supply And Distribution System • The Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules And Regulations Governing Health, Safety And Sanitation. • The Contractor Shall Install Elevated Water Storage/s Per Unit Located At The Roof Deck Of The Prison Dormitories. (sufficient Capacity To Supply The Pdl) Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Water Line Layout 4. Water Line Isometric Diagram 5. Water Reservoir Plans And Details 6. Miscellaneous Details Iv. Electromechanical Design A. Sewage Treatment Plant • The Prospective Bidder Shall Prepare A Design For The Sewage Treatment Plant In Accordance To The Clean Water Act Of 2004 (republic Act No. 9275) And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. General Notes 2. Legend & Symbols 3. Electrical System Layout 4. Mechanical System Layout 5. Instrumentation And Control System Diagrams 6. Piping And Instrumentation Diagrams (p&ids) 7. Equipment Details And Specifications 8. Electrical Power Distribution 9. Emergency Power Systems 10. Grounding And Lightning Protection 11. Control And Monitoring Systems, If Applicable 12. Safety Systems 13. Miscellaneous Details B. Fire Protection System • The Prospective Bidder Shall Prepare A Design For The Fire Protection System In Accordance To The Fire Code Of The Philippines, (irr) Of Ra 9514, And Other Relevant Laws And Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Sprinkler System 2. Sprinkler System Isometric Diagram 3. Fire Fighting Piping System Diagram 4. Fire Alarm System Layout 5. Fire Suppression System Layout 6. Smoke Management System Layout 7. Fire Pump And Water Supply 8. Miscellaneous Details V. Electrical Design A. The Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines And Other Relevant Laws And Ordinances. B. The Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C. The Prospective Bidder Shall Prepare A Design For Backup Power Generator With Capacity Not Less Than Total Computed Kva Load Without Demand Factor. D. 3-phase Electrical Supply Shall Be Sourced From The Local Electrical Utility. E. Power Line Connection From Main Source To The Facility Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1. Power Riser Diagram 2. Power Layout System 3. Lighting Layout System 4. Local Area Network System, If Applicable 5. Grounding System 6. Load Schedules 7. Others As Applicable Vi. Other Requirements Technical Specifications Boring Test Structural Design And Analysis And Computation Final Design And Construction Plans Upon Award Of Contract, The Contractor Shall Comply The Following: O Prepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. O Submit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I. Permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii. Mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Number As May Be Necessary For His Efficient Undertaking Of The Project. Iii. Clearing, Grubbing And Hauling/disposal Of Debris Iv. Construction Stage As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii. The Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A. The Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C. Sequence Of Timing For Inspection And Tests; D. General Description Of The Design And Construction Methods To Be Adopted; E. Number Of Personnel To Be Assigned For Each Stage Of The Work; F. List Of Equipment Required On Site For Each Stage Of The Work; And G. Description Of The Quality Control System To Be Utilized For The Project. Iv. Any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bureau Of Corrections. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or Payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E. The Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G. This Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V. As-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi. General Requirements: 1. Temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2. Office Furniture And Equipment, Survey Equipment And Consumables 3. Photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4. Health And Safety Program Including Personal Protective Equipment (ppe) A. All Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B. All Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C. The Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 5. Minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Bulldozer 170 Hp 9. Scraper 515 Hp 10. Truck Mounted Crane, Hydraulic Telescopic Bommer Capacity: 41 – 45 Mt. 11. Crawler Crane 41-45 Mt 12. Generator Set 300 Kw/375 Kva 13. Water Pump 100mm Suction Dia. 14. One Bagger Mixer 4-6 Ft3/min 15. Concrete Vibrator Ey20, 5hp, 32-70mm 16. Vibro Hammer 45000 Kg-m 17. Excavator 17.5 Kw Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 6. Environmental Compliance 7. Communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8. Billboard 9. Traffic Management (if Applicable). Vii. Building Construction 1 Lot One (1) Unit 2-storey“type B” Pdl Dormitory At Least 3190 Sq.m (gross Area) Polished Flooring And Sandwich Panel Roofing With The Capacity Of Atleast 340 Pdl, 2 Pdl Per Cell With Double Deck Bunk Bed (160 Cells), 1 Pdl Per Cell With Single Bed (20 Cells). The Dormitory To Include Complete Utilities, Power Supply, Cctv, Water Supply, Fire Protection; • Electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility (from Main Road/ Source To The Compound. The Power Line Shall Be Used For The Future Development Of The 50 Ha Facility. • Electrical System: Backup Power (three-phase Genset) Supply System With Capacity Not Less Than Total Computed Mva Load, Without Demand Factor (designed To Supply The Dormitory), And To Include Capacitor Bank, If Necessary; • Sewerage And Drainage Systems(pipelines To Cover From Project Site To Nearest Tapping Point); • Water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Overhead Water Storage Tank. Deep Well Source Water System (intake Box, Transmission Pipelines, Pressure Break Tanks, Chlorinator With Tanks And Accessories, Etc.) Whichever Is Deemed Most Suitable For The Facility And Is Authorized By The Lgu. • Fire Protection System (fire & Jockey Pump, Pump House), Fire Detection Alarm System And Fire Suppression Equipment Included In Dormitory. • Cctv Systems: To Install Cctv At Perimeter Fence To Monitor The Inside Compound And Dormitory To Monitor The Hallways And Blind Spots. 1 Lot 3 Meters Height Concrete Perimeter Security Fence With Concertina Above, To Cover 50 Hectares Area (plastered And Painted Finish); 1 Lot Primary And Secondary Fence For 1.8 Hectares Compound Including Gates, Catwalk And Post Towers (with Cr And Water Supply) (r.a. 10575 Rule 7). • 4 Meters Height Concrete Primary Perimeter Fence (with Catwalks, Concertina Wirings, Post Tower (with Cr And Water Supply) And Solar Lightings, (ra10575). • Secondary Perimeter Fence (3 Layer Concertina, Steel Mesh) With 300w Integrated Solar Light Every 3 Bays And (to Include Post Towers And Gates); 1 Lot Road Networks And Culverts • The Project Has An Allocated Budget Sufficient To Cover At Least 1440 Sqm Of Road Construction Within The Prison Facility. While This Budget Allows For Road Development, Prioritization Shall Be Given To The Construction Of Culverts, Both Fenced And Road Culverts, To Ensure Adequate Drainage And Prevent Flooding. These Culverts Are Critical For The Road Leading From The Main Road To The Site, As Well As Along The Perimeter Of The Facility. • All Entry And Exit Point Of Any Bodies Of Water E.g. Creeks, Canals Shall Be Fenced Culvert By Metal Grills (non-corrosive); • To Accurately Assess The Project Scope And Design, Bidders Are Required To Conduct A Thorough Site Inspection To Identify And Evaluate All Necessary Culverts. A. Material Specifications: A. Floor Finishes • Polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms • Plain Cement Finished - Pathways. • Ramps - Anti Slip Pavers Or Tiles • Crs – Unglazed Ceramic Tiles B. Wall Finishes A. Glazed Wall Tiles - 1.8m Height. B. Plain Cement Plaster Finish - For All Buildings And Facilities C. Ceiling Finishes C. Concrete Steel Decking, If Applicable. – Coated In White Enamel D. Painting D. Semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E. Varnish Paint Finish With Weather Proof Coating – For Doors And Jambs Branded, High-end Quality (offices, Etc.), All Wooden Doors Must Have Secondary Steel Doors. F. Use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E. Doors And Windows G. No Doors For Prison Facility Comfort Rooms With 1.20 Meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H. Steel Doors And Grills – For Dormitories, Gates And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F. Waterproofing I. Uv Resistant Polyurethane Waterproofing – For All Roof Deck With Topping Works Provided With Welded Wire Mesh. (at Elevated Water Tank Area) J. Cistern - Polyurethane Waterproofing G. Plumbing Works K. Upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L. Pprc Fusion Type – For All Water Lines High-end Quality M. Contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals N. Sprinkler System To All Prison Dormitories In Accordance With The Provisions Of Revised Plumbing Code Of The Philippines. O. Contractor To Provide A Water System To Supply The Facility 4. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 300,000,000. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5. Proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6. Eligibility Criteria For Bidders 6.1 General The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, If A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2 Legal Requirements A. Valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B. Valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3 Technical Requirements A. The Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50 % Of The Abc. 6.4 Financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php300,000,000.00. 7. Contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii. Pcab License And Registration, In Case Of Jv; 57 Iii. Statement Of All Ongoing Government And Private Contracts; Iv. Statement Of Slcc; V. Nfcc Computation; Vi. Jva, If Applicable; Vii. Bid Security In The Prescribed Form, Amount And Validity Period; Viii. Project Requirements, Which Shall Include The Following: 1. Organizational Chart For The Contract To Be Bid; 2. List Of Contractor’s Personnel (design And Construction), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; 3. List Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix. Omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X. Submission Of Preliminary Conceptual Design Plans: Class “b” Documents I. For Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii. Each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1. Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A. Location Plan/vicinity Map B. Perspective C. Floor Plans D. Front View Elevation E. Rear View Elevation F. Left Side View Elevation G. Right Side View Elevation H. Longitudinal Section I. Transverse Section 2. Design And Construction Method 3. List Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: • Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. • Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. • Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: • Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. • Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. • Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. • Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. • Foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. • Safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4. Value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 7.2 In The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A. Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I Detailed Architectural And Engineering Design; Ii Demolition Works; And Iii Building Construction/civil Works. C. Bill Of Quantities D. Cash Flow And Payments Schedule. 8. Procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1) The First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A. Compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B. Functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C. Safety And Security: Excellent (100%): The Design Features Robust Perimeter Walls, Guard Towers, And Security Features Ensuring Optimal Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Highly Reliable, With Comprehensive Safety Measures For Both Psdl And Staff. Good (80%): The Design Incorporates Effective Perimeter Walls, Guard Towers, And Security Features, With Minor Areas For Enhancement. Fire Protection And Detection Systems Are Reliable, With Adequate Safety Measures For Psdl And Staff. Acceptable (70%) The Design Includes Satisfactory Perimeter Walls, Guard Towers, And Security Features, Meeting Basic Requirements For Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Functional, With Sufficient Safety Measures For Psdl And Staff. Some Reservations (50%): The Design Features Partially Effective Perimeter Walls, Guard Towers, And Security Features, With Notable Deficiencies In Pdl Containment And Facility Security. Fire Protection And Detection Systems Lack Reliability, With Limited Safety Measures For Psdl And Staff. Serious Reservations (20%): The Design Lacks Effective Perimeter Walls, Guard Towers, And Security Features, Compromising Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Inadequate, Posing Significant Risks To Psdl And Staff Safety. Unacceptable (0%): The Design Neglects Perimeter Walls, Guard Towers, And Security Features, Failing To Ensure Pdl Containment And Facility Security. Fire Protection And Detection Systems Are Absent Or Non-functional, Posing Severe Risks To Psdl And Staff Safety. D. Sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. E. Aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub Criteria R = Rating Given To The Criteria/sub Criteria The Actual Score (sact) For Each Of The Criteria/sub Criteria Is Obtained By Adding All The Given Rating. (smax) Is The Summation Of Maximum Score Per Criteria 8.3 Passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A. Pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B. A Bid Or Technical Bid That Failed In Any Of The Criteria’s Will Not Be Considered For Further Evaluation C. Score Above 75% Will Be Considered As Technically Responsive. Aggregate Score Of Less Than 75% Will Be Considered Failed, And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price Which Exceeds The Abc 9. Data To Be Provided By The Bucor These Data Are For Reference Only And Does Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design– Build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A. Detailed Architectural And Engineering Plans B. Design Analysis C. Survey Data D. Quantity Calculation E. Detailed Geotechnical Investigation Report F. Design Report. G. As-built Plans, (printed Including Cad Files And Bim Files (lod 500) H. Other Relevant Documents 11. Design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. And ⬜ (h) Conformity With The Technical Specifications (scope Of Work); And ⬜ (i) Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1. Location Plan/vicinity Map 2. Perspective 3. Floor Plans 4. Front View Elevation 5. Rear View Elevation 6. Left Side View Elevation 7. Right Side View Elevation 8. Longitudinal Section 9. Transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (q) Cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued Doc. No. _____ Page No. _____ Book No. _____ Series Of ____ Company Letterhead Omnibus Sworn Statement Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase). 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) At Sablayan Prison And Penal Farm (sppf) (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Design And Build Of Bureau Of Corrections Supermaximum Prison Facility (2nd Phase) Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
Closing Date20 Jan 2025
Tender AmountPHP 300 Million (USD 5.1 Million)
City Of Canlaon Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Multi-purpose Building Into 2 Stories Building The Local Government Of Canlaon City, Through The Aip 2024 Intends To Apply The Sum One Million, Two Hundred Seventy-six Thousand, One Hundred Fifty-seven (p1,276,157.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 19, 2024 To January 8, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand (p5,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. The Local Government Of Canlaon City Will Hold A Pre-bid Conference On December 26, 2024 – 11:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To Prospective Bidders Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 8, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 8, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 18, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvement Of Multi-purpose Building Into 2 Stories Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Linothangan, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 2 Kgs. 1 1/2" Concrete Nails 126.00 2. 50 Lgth. 1 1/2" X 1/4" (6mm) Angle Bar 1,219.00 3. 50 Pcs. 1" Gypsum Screw 4.00 4. 6 Lgth. 1" X 3/16" (4.5mm) Angle Bar 472.00 5. 2 Pcs. 1/2"ø Gate Valve 383.00 6. 2 Pcs. 1/2"ø Hdpe Coupling 125.00 7. 4 Pcs. 1/2"ø Hdpe Elbow 125.00 8. 30 Mtrs. 1/2"ø Hdpe Pipe 30.00 9. 8 Lgth. 1/2"ø Pvc Blue Pipe 120.00 10. 8 Pcs. 1/2"ø Pvc Blue Tee 20.00 11. 18 Pcs. 1/2"øx90° Bend Pvc Blue Elbow 15.00 12. 8 Pcs. 1/2"øx90° Bend Pvc Blue Elbow With 1 Side Threaded 20.00 13. 2 Shts. 1/4"x 4' X 8' Opw 580.00 14. 25 Shts. 1/4"x4'x8' Fiber Cement Board 908.00 15. 10 Pcs. 1/8" Ø Drill Bit For Steel 115.00 16. 5 Boxes 1/8" Ø X 1/2" Blind Rivets, 1,000 Pcs/box 552.00 17. 350 Lgth. 10mmø X 6.0m Dsb, G-33 239.00 18. 6 Lgth. 10mmø X 6m Plain Round Bar 239.00 19. 20 Lgth. 11mm X 37mm X 11mm X 1.6mm X 5m Carrying Channel 279.00 20. 60 Pcs. 120 Grit Sand Paper 38.00 21. 4 Pcs. 16" X 8' X 0.4mm Pre-painted Fascia Cover, White 467.00 22. 20 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 23. 200 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 24. 530 Pcs. 2 1/2" Tekscrew 5.00 25. 2 Pcs. 2" Paint Brush 60.00 26. 6 Lgth. 2"ø Pvc Sanitary Pipe S-1000 420.00 27. 5 Pcs. 2"ø Pvc Sanitary Tee 110.00 28. 16 Pcs. 2"øx90° Bend Pvc Elbow 90.00 29. 25 Lgth. 2"x2"x8ftx0.50mm Thk Wall Angle, Woodgrain Design 250.00 30. 8 Lgth. 2"x3"x6m G.i. Square Tube, G-16 931.00 31. 2 Lgth. 2"x4"x6m (4.5mm) Channel Bar 3,510.00 32. 25 Lgth. 2"x4"x6m G.i. C-purlins, G-16 875.00 33. 4 Pcs. 24" X 8' X 0.4mm Pre-painted Fascia Cover, Brown 700.00 34. 12 Pcs. 24" X 8' X 0.4mm Pre-painted Wall Capping 700.00 35. 2 Kgs. 3" Cwn 95.00 36. 3 Lgth. 3" Ø X 6m G.i. Pipe, Sched 40 3,804.00 37. 3100 Pcs. 4" Chb 18.00 38. 2 Kgs. 4" Cwn 90.00 39. 1 Pc. 4" Diamond Cutting Disc, Tatara 800.00 40. 5 Pcs. 4" Grinding Stone 90.00 41. 5 Pcs. 4" Ø Clean Out With Plug 110.00 42. 6 Pcs. 4" Paint Brush 90.00 43. 2 Pcs. 4" Stainless Steel Floor Drain 500.00 44. 25 Pcs. 4"ø Cutting Disc For Steel 129.00 45. 6 Lgth. 4"ø Pvc Sanitary Pipe S-1000 1,127.00 46. 6 Pcs. 4"ø Pvc Sanitary Tee 204.00 47. 2 Pcs. 4"ø Pvc Sanitary Wye 204.00 48. 8 Pcs. 4"øx90° Bend Pvc Elbow 80.00 49. 2 Pcs. 4"x2"ø Pvc Bushing Reducer 50.00 50. 2 Pcs. 4"x2"ø Pvc Sanitary Tee 204.00 51. 4 Pcs. 5" Putty Knife 150.00 52. 5 Pcs. 5/32 Ø Drill Bit For Steel 115.00 53. 2 Boxes 5/32 Ø X 1/2" Blind Rivets, 1000 Pcs 552.00 54. 10 Pcs. 5/32" Ø Drill Bit For Steel 115.00 55. 5 Boxes 5/32" Ø X 3/4" Blind Rivets, 1,000 Pcs/box 552.00 56. 68.80 Lm. 6 Shts - 10.50m X 1092mm X 25mm X 0.50mm Thk. Dn Rib 25 Straight Panel, Brown 600.00 57. 6 Pcs. 7" Paint Roller With Tray 210.00 58. 6 Pcs. 7" Paint Roller With Tray 210.00 59. 60 Pcs. 80 Grit Sand Paper 50.00 60. 20 Pack Abc Tile Grout, 2kg./pack, Grey 165.00 61. 4 Sets Acu Outlet With Ground, 1 Gang 350.00 62. 3 Lgth. Aluminum Stair Nosing Step Trim, Silver 620.00 63. 4 Pcs. Bolt, 1/2"ɸ X 6", B.i., Full Thread With Nut And Washer 85.00 64. 15 Tubes Builders Bond Construction Adhessive, 300ml Cartridge 300.00 65. 24 Gals. Buildrite, Sapal Rtu, Grey 1,840.00 66. 4 Gals. Buildrite, Sapal Rtu, White 1,840.00 67. 100 Pcs Cable Ties, 8 X 300 Mm 12.00 68. 1 Pc. Caulking Gun 320.00 69. 2 Sets Cluster Hanger 2,000.00 70. 15 M. Conductor Wire, 22.0 Mm² Tw, For Grounding 50.00 71. 400 M. Conductor Wire, 3.5mm² Thw, Cu. 52.00 72. 40 M. Conductor Wire, 30.0mm² Thw, Cu. 150.00 73. 100 M. Conductor Wire, 5.5mm² Thw, Cu. 101.00 74. 10 Pcs Conduit Clamp, 40mmɸ Upvc, Orange Color W/ Concrete Nail 6.00 75. 15 Pcs Conduit Elbow, 20mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 29.00 76. 10 Pcs Conduit Elbow, 32mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 38.00 77. 25 Lgths Conduit Pipe 20mm ɸ X 10' Upvc, Thick Walled, Orange Color 149.50 78. 5 Lgths Conduit Pipe 32mm ɸ X 10' Upvc, Thick Walled, Orange Color 201.50 79. 1 Lngth Conduit Pipe, 40mm ɸ X 3m', Rsc 1,150.00 80. 1 Pc. Connector Ground Rod For ⅝"ɸ, Galv. 102.00 81. 5 Pcs Connector, Compression, Parallel #100 150.00 82. 1 Pc Connector, Hot Line Clamp, 3/0-6 550.00 83. 14 Sets Convenience Outlet, Duplex, Universal, Flush Type 197.00 84. 1 Set Convenience Outlet, Duplex, Universal, Flush Type, Floor Type, Pop-out 3,500.00 85. 4 Cu.m. Crushed Stone, G-¾ 2,378.00 86. 1 Set Cut-out And Arrester Combination, H.d.,100a With Mounting Bracket 9,000.00 87. 2 Sets Duplex Switch, Flush Type 350.00 88. 80 Kgs. E6013 Welding Electrode 175.00 89. 6 Tubes Elasto Seal Pioneer, 300ml 450.00 90. 5 Rolls Electrical Tape, (0.16mm X 19mm X 16yrds), Plastic 75.00 91. 1 Pc Entrance Cap, 40mm ɸ, Rsc 190.00 92. 36 Pcs. Espana Premium 30x60 Rcm Gray 140.00 93. 6 Rolls Fibergalss Mesh Tape 2"x30m 50.00 94. 23 Cu.m. Fined Sand 1,350.00 95. 100 M. Flexible Conduit Pipe, 20mmɸ Upvc, Coilable, Orange Color 25.00 96. 10 M. Flexible Conduit Pipe, 40mm ɸ Upvc, Orange Color, Coilable 113.00 97. 53 Kgs. G.i. Tie Wire G.a. 16 103.00 98. 1 Lngth Ground Rod, ⅝" ɸ X 10' , Galv. Steel 933.00 99. 60 Bags Heavy Duty Tile Adhesive, 25kg./bag 550.00 100. 50 Kgs. Island Patching Compound 50.00 101. 15 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 102. 25 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 103. 48 Pcs. Italgres Premium 60x60 Marble Dk. Brown 250.00 104. 134 Pcs. Italgres Premium 60x60 Terrazo Gray 250.00 105. 40 Pcs. Junction Box, 4" X 4" Upvc, Orange Color W/ Cover And Screws 54.00 106. 1 Assy. Kwh-meter, Socket Connected, Ringless Tupe, Class 200, Fm 1s, 2-wire, Kv2c, 240 With Meter Base 30,000.00 107. 6 Gals. Lacquer Thinner 782.00 108. 30 Pcs Led Bulb (12w) 250.00 109. 2 Pcs Led Wall Mounted Outdoor Lamp, 8w 1,500.00 110. 1 Pc. Lenox Blade 125.00 111. 12 Lgth. Master Tile Trim, 10mm X 2.5m Aluminum, Silver 185.00 112. 24 Gals. Mcs-6101 Cloudy Gray, Semi-gloss 1,050.00 113. 6 Pcs Modern Ceiling/center Lamp, Dimmable Completw With Remote, 30w 3,500.00 114. 27 Lgth. Moulding Polywood 15x70x2400mm, Oakwood Design 450.00 115. 2 Pcs Outdoor Celing Surfaced Lamp For Balcony/terrace 1,500.00 116. 1 Assy. Panel Board, 100at/125af, Bolt-on, 240v, Complete With 2-15at, 2-20at, 5-30at, 10 Holes Bolt-on Branch Circuits 35,000.00 117. 8 Gals. Pioneer Epoxy Primer With Catalyst, Gray 1,500.00 118. 4 Gals. Pioneer Epoxy Primer With Catalyst, White 1,500.00 119. 2 Liters Pioneer Pro Concrete Epoxy A & B 1,800.00 120. 128 Pcs. Platinum Thomson 30x60 Grey 140.00 121. 100 Pcs Polyflex Hose Connector For Flexible Pipe 20mm ɸ 12.00 122. 320 Bags Portland Cement, 40kg/bag, Type I 287.00 123. 29 Gals. Prima Primer 301, White 1,050.00 124. 2 Pcs. Pull Box, 12" X 12" X 6" Depth, Melamine Coated W/ Cover 1,100.00 125. 1 Pc Pvc Pipe Cement, 100cc 100.00 126. 7 Cans Pvc Solvent, 200ml 110.00 127. 1 Gal. Qde, Black 1,251.00 128. 4 Gals. Qde, Dv-470 Silver Aluminum 1,251.00 129. 14 Lm. Rib Type Spandrel, 84 Pcs. 0.15m X 1.10m X 0.40mm Thk., Woodgrain Design 160.00 130. 1 Pc. Rubber Mallet 350.00 131. 6 Gals. Rust Converter 948.00 132. 2 Sets Secondary Rack With Sool Insulator 1-3/4" Dia, Groove, Brown Porcelain Hd 400.00 133. 7 Gals. Semi-gloss Paint, Prima Sg 300sg White 1,050.00 134. 50 M. Service Drop Wire, 22.0mm², Duplex, All Aluminum 48.00 135. 4 Sets Single Pole Switch, Flush Type, Anam Or Equivalent 148.00 136. 1 Pc. Spurtar 6" Stainless Steel Vernier Caliper 2,000.00 137. 5 Pcs Square Box 5x5, Wut-005, 12.5x12.5x5.2 Cm 150.00 138. 2 Pcs. Stainlees Steel Faucet (shark) 500.00 139. 1 Gal. Stickwell Glue 980.00 140. 2 Gals. Super Thoroseal 1,000.00 141. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Recessed Type 350.00 142. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Surfaced Type 350.00 143. 3 Pcs. Terminal Lug, Sa 135, Solderless 196.00 144. 1 Kg Tie Wire #4 Solid 102.00 145. 1 Pc Transformer, Distribution, 7620/240v., 25 Kva Single Phase 130,000.00 146. 2 Sets Triplex Switch, Flush Type 369.00 147. 5 Pcs Utility Box, 2"x 4" Metal, Heavy Duty 65.00 148. 20 Pcs. Utility Box, 2"x 4" Upvc, Orange Color 32.00 149. 3 Cu.m. Washed Sand 1,750.00 150. 2 Units Water Closet & Wall Hung Lavatory W/ Complete Accessories (lafonza Salerno Package "b") 18,000.00 151. 200 Pcs. W-clip / Double Furring Clip 18.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date8 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.9 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens.
the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days.
a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision.
this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability.
the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions.
a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features:
precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A.
uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A.
clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A.
1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract.
2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements.
3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope.
4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction.
5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects.
6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project.
the Request For Proposal (rfp) Will Be Available On Or Around 30 January 2025. There Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms.
volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit:
(1) Certification Of U.s. Citizen (attachment 2)
(2) Proof U.s. Citizenship
(3) Signed Non-disclosure Agreement (attachment 3)
a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). The Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil. Offerors Are Encouraged To Submit The Required Documents As Soon As Possible.
the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation.
offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission.
note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted.
a One-time Pre-proposal Site Visit Is Scheduled For 27 February 2025, 9:00 A.m., Chamorro Standard Time (chst). This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms:
base Access Request – Contractor Memo (fill-in Information In Red).
iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.)
base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass)
foreign National Access Request Form
contractor Policy Update Memo
either A U.s. Passport Or Real Id Act Driver’s License/id
the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 06 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance.
on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quotation, Or Invitation For Bids. The Notice Does Not Commit The Government To Issue Any Type Of Solicitation Or Award An Ultimate Contract. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. The Notices Does Not Restrict The Government From A Particular Acquisition Approach. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Indefinite Delivery/indefinite Quantity (idiq), Multi-discipline Architect-engineer (ae) Services As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects For Military Construction (milcon) And Special Project Facilities. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, Federal Acquisition Regulation (far) Subpart 36.6.
work Under The Contract Is Anticipated To Occur Primarily At Navfac Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, Marine Recruit Depot Parris Island, And Marine Corps Logistics Base Albany. However, Work May Be Ordered Throughout The Naval Facilities (navfac) Mid-atlantic Aor And Navfac Worldwide (rare Occasion).
comprehensive A-e Services Are Required For Planning, Design, And Construction Services In Support Of The New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Design Projects. Ae Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To Architectural, Landscape Architecture, Interior Design, Structural, Mechanical, Electrical, Civil, Geotechnical, Fire Protection, And Cost Engineering.
most Projects Will Be New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities And Infrastructure. The Projects Will Include Delivery Of Both Design-build (db) And Design-bid-build (dbb) Project Design As Well As Ae-specific Study/evaluation Work.
the Multi-discipline Architect And Engineering Services Expected Under This Contract Include, But Are Not Limited To The Following:
(a) Planning Services, Including Those Associated With The Development Of Project Programming Document (dd 1391), Facility Evaluations/site Investigations, And Cost Estimation.
facility Planning Services, Including:
project Programming And Scope Development
conceptual Pricing Development
development Of Alternatives Including Economic Analysis
interior Space Planning/design
collateral Equipment Inventories
facility Analysis, Including:
general Condition Assessment Including Code Compliance
energy Utilization Studies
life Safety Analysis
exterior And Interior Hazardous Material Surveys And Analysis
(b) Design Services, Including Development Of Either Contract Documents For Design/bid/build (dbb) Or Design/build (db) Request For Proposal (rfp) Packages For New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Large And Small Design Projects And Renovations Of Facilities, Including, But Not Limited To:
multi-unit Housing Facilities
administrative Facilities
training Facilities, Such As Operational, Maintenance, Or Classroom
industrial Facilities, Such As Maintenance Shops, Manufacturing, Public Works Shops, Or Warehouses.
facilities That Require Phased Construction Due To Operational Requirements
(c) Construction Services Such As The Following Services:
contractor Submittal Reviews
field Consultation And Special Inspections
electronic Operation And Maintenance Support Information (eomsi)
obtaining Environmental Permits And Regulatory Approvals
as-built And Record Document Preparation
asbestos And Or Lead-based Paint Assessments Will Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead, And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. Ae Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Ground-water/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces.
all Design Services Shall Comply With The Most Current Edition Of Fc 1-300- 09n Navy & Marine Corps Design Procedures And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org).
the Duration Of The Idiq Contract Will Be For A Five-year Ordering Period. The Total Fee For The Contract Term Shall Not Exceed $249,000,000 For The Life Of The Contract. The Primary North American Industry Classification System (naics) Code For This Procurement Is 541330 – Engineering Services And The Annual Size Standard Is $25,500,000.
all Small Businesses, Certified 8(a), Hubzone, Service-disabled Veteran-owned, And Women-owned Small Businesses Are Encouraged To Respond. Upon Review Of Industry Response To The Sources Sought Synopsis, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is Appropriate. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025.
this Sources Sought Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought Notice.
it Is Requested That Interested Small Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 25 Pages In Length, Single-spaced, 12-point Font Minimum Including Document Searchable Bookmarks) Demonstrating Your Ability To Perform The Requested Services. Please Use The Attached Project Information Form For Each Project Submitted Demonstrating The Requisite Experience.
the Sources Sought Project Information Form Shall Be Used To Document A Minimum Of Three (3) And Up To A Maximum Of Five (5) Relevant Design Projects Completed In The Past Five (5) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Projects Proposed For This Idiq. This Documentation Shall Address, At A Minimum, The Following:
1. Relevant Experience: Relevant Experience To Include Experience In Performing Efforts Of Similar Scope And Complexity Within The Last Five (5) Years, Including Contract Number, Indication Of Whether A Prime Or Subcontractor, Contract Value, Government/agency Point Of Contact And Current Telephone Number, And A Brief Description Of How The Contract Referenced Relates To The Technical Services Described Herein. The Relevant Experience Project Submitted Is Defined As And Shall Include The Following Attributes:
A. Size: Design And Engineering Services For A Project With A Final Construction Cost Of $10,000,000 Or Greater. At Least One (1) Project Must Have A Final Construction Cost Of $50,000,000 Or Greater.
B. Scope/complexity: Projects, Cumulatively And Collectively, Shall Demonstrate Specialized Design Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
planning, Project Programming And Requirements Development.
conceptual Pricing Development, And Development Of Alternatives Including Economic Analysis.
facility Analysis, Such As General Condition Assessment Including Code Compliance, Energy Utilization Studies And Facility Life Safety Code Analysis.
hazardous Material Surveys And Analysis.
design Services And Deliverables, Including Development Of Comprehensive Contract Packages Such As Design-build Rfps And Design-bid-build Drawings, Specifications, And Construction Cost Estimates.
construction Services Such As Contractor Submittal Reviews, Field Consultation And Special Inspections, Electronic Operation And Maintenance Support Information (eomsi), Obtaining Environmental Permits And Regulatory Approvals, And Preparation Of As-built Documents.
note: – Projects Submitted That Only Include Utilities And Horizontal Or Civil Site Work Will Not Be Considered Relevant.
C. Characteristics: Additionally, Submitted Relevant Design Projects Shall Demonstrate The Following Characteristics:
offerors Shall Have Acted As The Designer Of Record (dor) On Submitted Projects.
experience With Design Of Both New Construction (at Least One (1) Project) And Renovation (at Least One (1) Project)
experience With The Preparation Of A Solicitation Package For Design-build Request For Proposal (at Least One (1) Project).
experience With The Preparation Of A Solicitation Package For Design-bid-build/full Design (at Least One (1) Project).
offeror’s Experience Performing As A Subcontractor Will Not Be Considered, Nor Will Experience Of Companies Proposed To Work As Subcontractors On The Resulting Solicitation/contract.
ensure That The Project Description Clearly Identifies Whether Or Not The Project Is New Construction Or Renovation, Provides The Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements.
2. Workload And Availability: – The Ability Of Potential Offerors To Manage Their Firm’s Present Workload And Availability Of Their Project Teams (including Consultants) For The Specified Contract Performance Period. Potential Offerors Are Requested To Describe The Workload/availability Of Their Key Personnel During The Anticipated Contract Performance Period And The Ability Of Their Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Typical Task Orders Issue Under This Contract Are Expected To Range Between $100,000 To $10,000,000; However, Some Projects May Be Larger Or Smaller Than This Range. Historically, The Yearly Projected Workload Can Yield Up To 10 Task Orders Ranging From Full Design Effort, Planning, And Post Construction Award Services. Project Programs Typically Supporting This Contract Are Military Construction Programs, Major Maintenance Repair Program (mmrp), And Special Projects.
3. Limitations On Subcontracting: – Additionally, The Government Will Assess The Firm’s Ability To Be Compliant With Far 52.219-14, Limitations On Subcontracting (deviation 2021-o0008). Potential Offerors Are Requested To Describe Their Plan To Complete The Work Anticipated Under This Contract With Qualified Personnel And Continuity Of Service That Satisfies The Requirements Of Far 52.219-14 (e) (1) Under Which The Contractor Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities.
a Company Profile Shall Also Be Included Utilizing The Attached Contractor Information Form. This Will Include The Number Of Employees, Office Locations(s), Unique Entity Identification (uei) Number, Cage Code, And Statement Regarding Small Business Designation And Status.
please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé. A Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Is Approved Would Be Required With Your Proposal, If Requested.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
responses Are Due Nlt Friday, 31 January 2025 At 2:00 Pm (est). Late Responses Will Not Be Accepted.
the Package Shall Be Sent By Email To The Following Address: James.a.godwin41.civ@us.navy.mil. Attachments Are Limited To A Total Size Of 5mb. Questions Or Comments Regarding This Notice May Be Addressed By Email To James Godwin At The Same Email Address Above.
Closing Date31 Jan 2025
Tender AmountRefer Documents
BARANGAY ALANIB,LANTAPAN, BUKIDNON Tender
Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Procurement Of Goods Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..8 Section Ii. Instructions To Bidders…………………………………………...12 1. Scope Of Bid ………………………………………………………………………. 8 2. Funding Information………………………………………………………………. 13 3. Bidding Requirements ……………………………………………………………. 13 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 13 5. Eligible Bidders…………………………………………………………………… 13 6. Origin Of Goods ………………………………………………………………….. 15 7. Subcontracts ……………………………………………………………………… 15 8. Pre-bid Conference ………………………………………………………………. 15 9. Clarification And Amendment Of Bidding Documents …………………………… 15 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 15 11. Documents Comprising The Bid: Financial Component …………………………... 16 12. Bid Prices …………………………………………………………………………. 16 13. Bid And Payment Currencies ……………………………………………………… 17 14. Bid Security ………………………………………………………………………. 17 15. Sealing And Marking Of Bids ……………………………………………………… 17 16. Deadline For Submission Of Bids …………………………………………………. 18 17. Opening And Preliminary Examination Of Bids ………………………………….. 18 18. Domestic Preference ……………………………………………………………… 18 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 18 20. Post-qualification ………………………………………………………………… 19 21. Signing Of The Contract …………………………………………………………… 19 Section Iii. Bid Data Sheet …………………………………………………..20 Section Iv. General Conditions Of Contract ……………………...………..22 1. Scope Of Contract ………………………………………………………………… 23 2. Advance Payment And Terms Of Payment ……………………………………….. 23 3. Performance Security ……………………………………………………………. 23 4. Inspection And Tests ……………………………………………………………… 23 5. Warranty …………………………………………………………………………. 24 6. Liability Of The Supplier ………………………………………………………….. 24 Section V. Special Conditions Of Contract ………………………………….25 Section Vi. Schedule Of Requirements ……………………………………....30 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Purchase & Installation Of Office Aircondition (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capital Outlay Cy 2019 And Supplemental Budget 2024 Intends To Apply The Sum Of (php 200,000.00) Being The Abc To Payments Under The Contract Purchase And Installation Of Office Air-condition Itb # 2025-01-22-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On _____ At _____which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 1st Floor, Barangay Alanib, Lantapan, Bukidnon, On Or Before 9:45 A.m (philippine Standard Time) On January 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 29, 2025 At 10:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lani D. Arida Bac Secretariat Bac Office, 1/f Barangay Alanib Purok 3, Alanib, Lantapan Bukidnon, Philippines Email Add: Lanialbertodevibar45@gmailcom.ph 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 22, 2025 Celestino M. Alob Barangay Alanib/bac Chairperson Reference No.: Itb # 2025-01-22-001 Name Of Project: Purchase & Installation Of Office Air-condition Location Of Delivery: Bgu-alanib, Lantapan, Bukidnon Abc: Php 200,000.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 2.5tr ( 3.0hp)floor Mounted Inverter Model: 28tcfs/ji Cooling Capacity: 28,000(18,000-30,000) Kjh Heating Capacity:29,000(20,000-31,000)kjh Eer For Cooling3.18 W Power Supply: 220-240 V, 1 Phse/60hz Voltage Range : 165-264 Current: 11 Refrigerants:r32 Self Diagnose: Anti Cold Wind Auto Retart Golden Fin Note: Free Installation Unit 2 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date29 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment).
as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required.
1. Contract Information:
these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310.
the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc.
work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract.
three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract.
the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7
in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees.
“any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”.
if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer:
required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions.
approximate Award Date: June 2025
the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414.
2. Project Information:
a-e Services May Include But Not Be Limited To The Following:
general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries.
architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following:
construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings
antarctic/cold Region Construction.
whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems.
architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops.
new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp.
mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems.
topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services.
asbestos And Lead Abatement Services Related To Building Renovation Or Demolition.
perform/conduct Design Charrettes Including Eco-charrettes
prepare Studies (to Include Building, Energy, Life-cycle Studies)
prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation.
site & Infrastructure/seismic Design In Accordance With The Ufc’s
development Of Design Criteria And Basis Of Design
design Work Analysis And Technical Specifications
nepa Documentation And Coordination
historic Architecture And Section 106 Consultation
preparation Of Permit Applications.
preparation Of Design/build Documents
preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions.
preparation Of Designs Including Hemp And Scif Areas.
preparation Final Design Construction Documents
antiterrorism/force Protection Design In Accordance With Applicable Ufc’s
sustainable Design/gbi/net Zero Strategy Development
cost Estimating Using The Latest Version Mii [m2] Software.
value Engineering Studies And Cost Schedule Risk Analysis (csra).
preparation Of Deliverables In Building Information Modeling (bim) Format.
drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd)
demonstrated Construction Phase Services:
design During Construction
preparation Of Operation And Maintenance Manuals
providing Technical Assistance – Responding To Requests For Information (rfis)
design Build Conformance Reviews
shop Drawing Review – Review Of Shop Drawings And Submittals
conduct Site Visits
commissioning/enhanced Commissioning; Fit-up Design Support
project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project.
projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
3. Selection Criteria:
primary Selection Criteria:
the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion).
criteria A Through E Are Primary Selection Criteria.
criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms.
the Firm Is Required To Have The Following Specific Design Capabilities:
a. Specialized Experience And Technical Competence In:
submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following:
- Planning And Scheduling Management Of Fast Track Designs,
- Working On Military Installation Projects,
- Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey),
- Preparing Drawings In Autocad And Autocad Revit,
- Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures.
on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
projects Demonstrating Experience Working At Military Installations Within Nan Boundaries.
projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits.
projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better.
projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391.
projects Demonstrating Experience With Fast-tracked Designs.
projects Demonstrating Experience Utilizing A Design Quality Control Plan
projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks.
b. Qualified Registered Professional Personnel In The Following Key Disciplines:
project Manager (p.e. Or R.a. Required)
quality Assurance Manager (p.e. Or R.a. Required)
architecture (r.a. Required)
structural Engineering (p.e. Required)
civil Engineering (p.e. Required)
mechanical Engineering (p.e. Required)
electrical Engineering (p.e. Required)
fire Protection Engineering (p.e. Required)
landscape Architect (r.la. Required)
cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength)
geotechnical Engineering (p.e. Required)
certified Industrial Hygienist (cih Required)
licensed Interior Designer (ncid Required)
land Surveyor (p.l.s. Required)
anti-terrorism/force Protection Specialist (p.e. Required)
blast/explosives Safety Engineering (p.e. Required)
industrial Engineering (p.e. Required)
industrial/process Engineer (p.e. Required)
lean-six Sigma Professional
historic Preservationist
environmental Engineering (p.e. Required)
lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp))
certified Value Specialist (cvs Required)
telecommunications Engineering (rccd Required)
master Planner (p.e. Or R.a. Required)
the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330.
senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered.
additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above.
fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions:
i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering.
ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written
examination.
iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation.
the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract.
c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered.
d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team.
e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference.
secondary Selection Criteria:
f. Geographic Proximity In Relation To Ny District Boundaries.
g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts.
4. Submission Requirements:
interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files.
no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process.
the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms
the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board.
supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/
submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day.
for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil
if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions).
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
firms Must Be Registered In The Following: Https://www.sam.gov/
naics Code’s Are 541330 And 541310.
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs Network Contracting Office 2 Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources Providing Testing Of Sterile Compounding Areas At The Northport Vamc, 79 Middleville Road , Northport, Ny 11768.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 541380.
the Va Requires A 12-month Base Year, Plus Four 12-month Options Contract. This Contract Will Be Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above Listed Services Are Invited To Submit A Response To This Sources Sought Notice By October 24, 2024, At 12:00pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Lee.kern@va.gov.
please See The Below Statement Of Work (sow):
statement Of Work
testing Of Sterile Compounding Areas
introduction
United States Pharmacopeia (usp) Establishes Standards For Cleanroom Design, Environmental Monitoring, And Competencies For The Preparation, Handling, And Storage Of Compounded Sterile Preparations (csps). To Maintain Compliance With These Standards, Northport Vamc Requires A Base Plus Four (4) Year Contract Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas. Certification And Testing Will Consist Of:
Testing All Primary Engineering Controls [(pecs) E.g., Biological Safety Cabinets (bscs), Laminar Airflow Workbenches (lafws), Compounding Aseptic Containment Isolators (caci), And Compounding Aseptic Isolators (cai)]
testing All Secondary Engineering Controls (secs), Non-iso Rated Controlled Non-classified (cnc) Rooms, And High-efficiency Particulate Air (hepa) Filtration Devices.
microbiological Laboratory Testing Of Collected Viables Samples.
wipe Sampling For Environmental Hazardous Drug (hd) Residue
testing And Certification Must Be Completed In Accordance With The Most Currently Published Versions Of Usp Chapter , Usp Chapter , Controlled Environment Testing Association (ceta) Application Guides For: Cag-003 Certification Of Sterile Compounding Facilities For Usp Compliance, Cag-002 Compounding Isolator Testing, Cag-008 Certification Matrix For
sterile & Nonsterile Usp Compounding Facilities, Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities, Cag-014 Airflow Visualization Study, National Sanitation Foundation/american National Standards Institute (nsf/ansi) Standard 49 Biosafety Cabinetry, And Institute Of Flow Clean Air Devices, Iest-rp-cc-002.4. All Lab Analysis Of Viable Samples Must Be Performed By A Facility With Iso/iec 17025 Accreditation For Microbial Analysis. This Environmental Quality Testing May Not Be Performed Under The Laboratory S Clinical Laboratory Improvement Amendments (clia) License. The Lab Must Attain Iso/iec 17025 Certification From An External Accrediting Body (e.g., American Association For Laboratory Accreditation ) To Ensure Quality And Accuracy Of The Testing.
background.
northport Vamc Is Pursuing A Facility Contract For Certification Of All Pecs, Secs, Cnc Rooms, And Hepa Filters Must Be Performed Pursuant To The Most Current Version Of Usp Chapter And Usp Chapter Standards Following Ceta S Standardized Testing Procedures Which Include (but Is Not Limited To) Cag-003 Ceta Certification Guide For Sterile Compounding Facilities For Usp Compliance, Cag-002 Ceta Compounding Isolator Testing Guide, Cag-014 Airflow Visualization Study, And Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities.
certification Must Be Performed Every 6 Months. Recertification Will Be Required After Any Servicing Of Facilities Or Equipment, Post Changes To The Area That Could Affect Airflow Or Air Quality ( E.g., Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room), And/or In Response To Identified Problems Or Trends.
certification Procedures Defined In Relevant Ceta Application Guides Must Be Performed No Less Than Every 6 Months By An Individual Who Has The Required Ceta Competencies And Training Related To The Certification Of Primary And Secondary Engineering Controls. Additionally, It Is Preferred That The On-site Certification Individual Have Received Nsf Accreditation For The Field Certification Of Class Ii Biosafety Cabinets And Are Accredited Through Cnbt As A Registered Certification Professional In The Sterile Compounding Facility (rcp-scf). Prior To Testing, The Contractor S Technician(s) Who Conduct On-site Certification Will Provide, To The Cor, Documentation Of Competency And Training Related To The Certification Of Pecs And Secs.
procedures For Air And Surface Sampling And Evaluation Must Be Compliant As Per The Most Current Usp Chapter 797 Requirements For Environmental Air Sampling, Surface Sampling (cag-009), Gloved Fingertip Testing (cag-011), And Media Fill Testing (cag-013) Following The Appropriate Ceta Cag Application Guide.
northport Vamc S Sterile Compounding Areas And Equipment Must Be Compliant To The Joint Commission (tjc) And Food And Drug Administration (fda) Requirements. Tjc Medication Compounding Requirements For Critical Access Hospitals And Hospitals, Effective January 1, 2024, Established New Medication Compounding (mc) Standards For Non-sterile And Sterile Compounded Preparations Which Are Based On Usp Standards. The Fda Has The Authority To Inspect Va Medical Facilities Under The Food, Drug And Cosmetic Act, And Evaluate Based Upon The Guidance Provided In The Insanitary Conditions At Compounding Facilities Guidance For Industry, November 2020 (or Most Current Version).
scope
testing Frequency.
the Northport Vamc Has A Requirement For Onsite Initial And Reoccurring Ceta Certification And Viable Environmental Sampling Of The Facility S Pharmacy-specific And Non-pharmacy Specific Areas And Equipment As Detailed Within This Statement Of Work (sow). Testing And Certification Dates Contained Within This Sow Are Best Documented; Contractor Shall Be Responsible To Confirm And/or Adjust Certification/testing Requirements To Ensure No Lapse In Requirements And Thus No Undesirable Effect On The Mission Of The Northport Vamc.
all Pharmacy-specific Equipment Will Minimally Obtain Ceta Certification Every Six (6) Calendar Months From The Date Of The Last Certification/testing Of Bscs, Lafws, Cai, Caci, Hepa Filters, And Room Spaces/environments In Accordance With Vha Directive 1108.12 (see Attachment A), And Usp 797 (attachment B) & 800 (attachment C). Recertification May Be Required Sooner If Equipment Is Relocated/altered, Or A Major Service Is Performed.
testing Locations. The Following Location Shall Be Tested As Per Usp 797 And Where Applicable Usp 800 Standards As Per Respective Ceta Guide Applications. Locations May Be Amended As Per The Facility S Renovations And Construction.
building 200, Unit 31 Cleanroom Suite(s) Primary Space(s) And Equipment
iso-8 Anteroom(s): Two Ceiling Mounted Hepa Filters
iso-7 Buffer Room(s)
two Ceiling Mounted Hepa Filters
one Iso-5 Lawf: Baker Edgegard 5252 Lawf
building 200, Inpatient: One Iso-5 Compounding Aseptic Isolator (cai): Baker Ss-500
building 200, New Pavilion 2f, E2-49
hd Negative Pressure Storage Room: One Ceiling Mounted Hepa Filter
cnc Hd Negative Pressure C-sca
one Ceiling Mounted Hepa Filter
one Iso-5 Hd Negative Pressure Compounding Aseptic Containment Isolator (caci): Baker Cs-500
germfree Trailer (adjacent To Building 11) - This Location Will Be Covered Under This Contract For Monthly Viable Sampling And Hazardous Drug Wipe Sampling.
note: There Is A Separate Contract Which Covers The Semiannual Ceta Testing And Viable Sampling Of The Trailer.
testing Requirements Of Pecs.
biological Safety Cabinet (bsc): On-site Certifications Of The Bscs Shall Be Tested To Manufacturer Specifications In Accordance With The Most Recent Version Of Nsf/ansi Standard 49 Biosafety Cabinetry (as Per Ceta Cag-003:2022 Section 8.2. Through 8.2.5 Application Guide And Ceta Cag-005:2007 (or Most Current Versions)
compounding Aseptic Isolator (cai) And Compounding Aseptic Containment Isolator (caci): The Contractor Shall Test And Certify All Cais And Cacis As Per Ceta Cag-003 Sections 8.3 Through 8.3.5 And In Accordance With Ceta Cag-002 Guide Application.
laminar Air Flow Workbench (lafw): The Contractor Shall Test And Certify All Lafw As Per Ceta Cag-003:2022 Section 8.4. Through 8.4.6 Application Guide (or Most Current Version)
the Contractor Shall Test And Certify All Pecs In Accordance With The Most Current Version Of The Institute Of Environmental Sciences And Technology (iest)-rp-cc002 (unidirectional Flow Clean-air Devices), Ceta Cag-003, And The Manufacturer's Specifications.
the Contractor Shall Record Each Individual Face Velocity Reading And The Average Of Those Readings, The Downstream Concentration Reading Of The Hepa Filter Leak Test And The Results Of The Induction Leak Test And Back Streaming Test
all Equipment Used To Certify Pecs Must Be Calibrated In Accordance With Iest-rp-cc013 Or Manufacturer's Recommendation And Be Nist Traceable Where Possible.
where Applicable The List Of Tests For Pecs Includes, Where Applicable But Not Limited To The Following:
air Flow Velocity Profile
air Flow Visualization Profile: Dynamic Smoke Pattern Testing (video Recorded And Provided To Us On A Thumb Drive Or Made Available For Download On A Secure Website) For All Primary Engineering Controls. Tester Must Utilize Sufficient Smoke To Demonstrate Unidirectional Airflow At Critical Sites And Sweeping Action Over And Away From Preparations.
prefilter Check
hepa/ulpa Filter Leak Integrity Testing (must Be Performed Upon Installation And As Part Of Certification)
induction Leak Integrity Test And Patching If Necessary
electrical Leakage And Ground Circuit Resistance And Polarity Tests
preparation Ingress And Egress Test Where Applicable
chamber Pressure Test
total Airborne Non-viable Particle Count Testing In All Classified Areas Performed Under Dynamic Operating Conditions
for Each Pec Passing The Required Certification Tests, The Contractor Supplies Each Unit With A Certification Tag Or Sticker Displaying The Following Information:
company Name And Contact Information.
unit Make, Model And Serial Number.
report Number
location (e.g., Building, Room Number, Area Identification)
certification Date
recertification Date
technician Name And Signature
any Pec That Fails To Meet Ceta Specifications Shall Be Clearly Marked With Signage Which Alerts Compounding Personnel That The Unit Is Out Of Order Until Further Notice.
testing Requirements Of Secs.
the Contractor Will Provide Comprehensive Cleanroom Testing And Certification Services Every 6 Months, In The Event Of An Environmental Or Engineering Control Excursion/exceedance Or Sooner If There Are Changes To The Area Such As Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room That Could Affect Airflow Or Air Quality Or If A Cleanroom(s) Did Not Meet Compliance. Certification Tests For Rooms Within A Cleanroom Suite Include, But Are Not Limited To:
airflow Testing: Hepa Filter(s) Air Volumes And Velocities Will Be Measured And Documented As Per Ceta Cag-003:2022 Section 8.1.1 Application Guide (or Most Current Version)
Airflow Testing Is Performed To Determine Acceptability Of The Air Velocity, The Room Air Exchange Rate, And The Room Pressure Differential In Doorways Between Adjacent Rooms To Ensure Consistent Airflow And That The Appropriate Quality Of Air Is Maintained Under Dynamic Operating Conditions.
the Contractor Shall Calculate The Total Room Area And Volume For Each Buffer Room, Anteroom, Containment Segregated Compounding Area (c-sca), And Hazardous Drug Storage Room. The Iso Classification And A Sketch Of The Room With Dimensions, Exhaust/supply Diffuser Locations And Equipment Locations Shall Be Included In The Report. The Report Provided Will Specify Flow Rates Detailing Returns And Supply That Were Obtained During The Testing. The Contractor Shall Calculate Air Changes Per Hour (acph) For Each Buffer And Anteroom And Include Their Findings In The Report. Acph For Hvac, Acph Contributed From Pec, And The Total Acph. Comparison Of Acph Will Be Completed Both For Usp 797 Standards As Well As Those Referenced In The Vha Hvac Design Manual (attachment D Or Earlier Version If Available), Which Are Further Stringent Than Usp Chapter 797.
iso Classified Turbulent Airflow Area Reporting And Documentation
record All Airflow Measurements And Their Corresponding Filter Or Diffuser Locations Or Grid Identifications On A Diagram
calculate And Report Room Volume
calculate And Report The Average Total Room Airflow Volume
calculate And Report The Total Air Changes Per Hour Of The Room (include Lafw And/or Non-ducted Bsc Hepa Exhaust To Room, Where Applicable)
report Any Correction Factors Used Or Deviations From The Primary Method
name Of Test (e.g., Room Airflow Analysis)
report Acceptance Criteria
provide A Pass Or Fail Statement Based On The Results Of The Test
non-iso Classified Negative Pressure Turbulent Airflow Area Testing Procedure Including Acph Requirements For Containment Segregated Compounding Areas And Hazardous Drug Storage Areas, Must Be A Minimum Of 12 Exhaust Acph. Because These Rooms/areas Are Not Iso Classified Airflow Measurements Should Be Taken On The Exhaust Of Negative Pressure Differential Rooms. Non-iso Classified Negative Pressure Turbulent Airflow Reporting And Documentation Must Include:
record All Airflow Measurements And Their Corresponding Exhaust Filter Or Exhaust Grill Locations
calculate And Report Room Volume
calculate And Report The Average Total Room Airflow Volume
calculate And Report The Total Air Changes Per Hour Of The Room
report Any Correction Factors Used Or Deviations From The Primary Method
name Of Test (e.g., Unclassified Negative Pressure Room Airflow Analysis)
report Acceptance Criteria
provide A Pass Or Fail Statement Based On The Results Of The Test
sec Hepa Filter Integrity Testing Performed As Per Ceta Cag-003:2022 Section 8.1.2 Application Guide (or Most Current Version)
record Upstream Aerosol Challenge Concentration
list Method Used To Report Concentration (measured Or Calculated)
record Maximum Leak Penetration In Percent
name Of Test (hepa Filter Leak Test)
report Acceptance Criteria
provide A Pass Or Fail Statement Based On The Results Of The Test
sec Room Pressure Differential/room Pressurization As Per Ceta Cag-003:2022 Section 8.1.3 Application Guide (or Most Current Version)
the Contractor Shall Include In Their Report Differential Pressure Readings From Each Buffer Room, Anteroom, C-sca, And Hazardous Drug (hd) Storage Rooms To All Surrounding Areas.
the Report Shall Indicate Whether The Area Is Required To Be A Negative Or Positive Pressure Location As Per Usp 797 And/or Usp 800. All Readings And Acceptance Criteria Shall Be Documented To At Least One Thousandths Of An Inch Water Gauge Or Water Column (e.g., 0.020 W.g. And Not 0.02 W.g.) Or One Tenth Of A Pascal (e.g., 5.0 Pa). Pressure Differentials Will Be Reflected On A Report Showing The Sketch Of The Room(s).
sec Room Pressure Reporting And Documentation
report Room Pressure Differential Relative To An Adjacent Room/space
report And Compare Performance Of Room Pressure Monitor
report Whether Smoke Dispersed At Entry Doors Follows Correct Direction
name Of Test (room Pressure Differential Test)
report Acceptance Criteria
provide A Pass Or Fail Statement Based On The Results Of The Test
total Airborne Particle Count Testing (0.5 Micron And Larger) In All Classified Areas Performed Under Dynamic Operating Conditions As Per Ceta Cag-003:2022 Section 8.1.5 Application Guide (or Most Current Version). Reporting Shall Be Completed Following Iso 14644-01 [2015] Section 5.4 Test Report And Shall Include The Following:
the Name And Address Of The Testing Organization, And The Date On Which The Test Was Performed
the Number And Year Of Publication Of This Part Of Iso 14644 (i.e., Iso 14644 1:2015)
a Clear Identification Of The Physical Location Of The Cleanroom Or Clean Zone Testing (including Reference To Adjacent Areas If Necessary), And Specific Designations For Coordinates Of All Sampling Locations (a Diagrammatic Representation Can Be Helpful)
the Specified Designation Criteria For The Cleanroom Or Clean Zone, Including The Iso Class Number, The Relevant Occupancy State(s), And The Considered Particle Size(s)
details Of The Test Method Used, With Any Special Conditions Relating To The Test, Or Departures From The Test Method, And Identification Of The Test Instrument And Its Current Calibration Certificate
the Test Results, Including Particle Concentration Data For All Sampling Locations
report Acceptance Criteria
provide A Pass Or Fail Statement Based On The Results Of The Test
sec Airflow Visualization Studies (avs) - Visual Smoke Studies Per Ceta Cag-014 Guide Application
sec General Temperature And Moisture Tests To Verify Accuracy Of Monitoring Devices As Per Ceta Cag-003:2022 Section 8.1.7 Application Guide (or Most Current Version)
sec Viable Sampling As Per Ceta Cag-003:2022 Section 8.1.6 And Cag-009:2020 Application Guides
viable Sampling Testing All Viable Sampling Will Conform To Usp 797 Requirements And Performed As Per Ceta Cag-009 Application Guide Viable Environmental Monitoring For Sterile Compounding Facilities
environmental Air Sampling.
biannually (every Six Months) The Collection Of Environmental Air Samples Will Be Performed By The Contractor S Ceta Technician During Certification And During Negatively Impactful Incidents Which Require Repeat Air Sampling As Follows:
whenever There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
viable Air Sampling Will Be Performed Utilizing A Calibrated High-volume Impaction Sampler During Dynamic Operating Conditions
Single Plate Tsa Media Which Supports Growth Of Both Bacteria And Fungi Will Be Used To Sample. A Sufficient Volume Of Air (1000 Liters) Shall Be Tested At Each Location To Maximize Sensitivity (samples Of Less Than 1000 Liters Will Not Be Acceptable)
positive And Negative Control Plates Will Be Included With Sampled Plates Submitted By The Contractor For Analysis.
environmental Surface Sampling.
biannually (every Six Months) The Collection Of Environmental Surface Samples Will Be Performed By The Contractor S Ceta Technician And During Repeated Ceta Testing. Upon The Request Of The Facility, The Contractor Will Repeat Surface Sampling As Follows:
whenever, There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
surface Samples Will Be Collected In Each Room, The Interior Of Each Pec, Passthrough Chambers Connecting To Classified Areas, And Frequently Touched Surfaces (e.g., Door, Tables, Carts, Stools, Benches, Etc.)
surface Sampling Will Be Performed At The End Of The Largest Csp Activity Of The Day But Before Area Has Been Cleaned And Disinfected.
single Plate Tsa Media Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) To Neutralize The Effects Of Any Residual Disinfecting Agents Will Be Used.
routine Monthly Surface Sampling Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
as Needed, Appointed Trained Northport Vamc Personnel Will Collect Surface Samples Within The Pec As A Part Of The Competency Assessment For Assigned Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
personnel Viable Sampling.
The Collection Of Personnel Viable Samples For Competency Testing Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis When It Is Required For Personnel Competency Assessment Sampling As Follows:
gloved Fingertip And Thumb (gft) Testing
upon Initial Assignment Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Gft Samples In Triplicate (three Samples/hand) For Analysis.
every Six (6) Months And Thereafter Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Single Collection Of Gft Samples (one Sample/hand) Will Be Collected For Analysis Post Hand Hygiene And Garbing.
initially And Every Six (6) Months Thereafter Compounding Staff Will Be Assessed For Gft During Aseptic Manipulations, Utilizing Single Collection Of Gft Samples (one Sample/hand) Post Media Fill Testing (mft).
media Fill Test (mft)
upon Initial Assignment And Every Six Months Thereafter, Compounding Staff Will Be Assessed For Aseptic Manipulations Utilizing Usp 797 Compliant Media Fill Testing Kits.
other Viable Sampling Requirements.
the Laboratory Service Employed By The Contractor Must Be Able To Provide The Following:
microbial Growth Media Plates Which Are Usp 797 Compliant And
include Certificates Of Analysis (coa) From The Manufacturer That Verify The Plates Meet The Expected Growth Promotion, Ph, And Sterilization Requirements Consistent With Usp Chapter 797
contain Tsa Supplemented With Neutralizing Additives (lecithin And Polysorbate 80)
have A Raised Convex Surface
support Both Bacterial And Fungal Growth On The Same Plate For Single Media Incubation
media Fill Testing (mft) Kits Compliant To Usp 797 And Designed To
Simulate Medium Complexity (category 2) Sterile Iv Compounding.
simulate Low Complexity (category 1) Sterile Iv Compounding.
a Chain Of Custody Documenting Each Sample Collected Must Be Created And Provided To The Northport Vamc .
during Self-sampling, Which Is Performed By Northport Vamc, The Contracted Lab Is Responsible For Providing A Prepaid Mailer For Properly Sending Samples To The Laboratory For Testing.
all Samples Shipped To The Laboratory Service Must Be Incubated In Accordance With Current Usp Chapter 797 Requirements For Duration And Temperature.
additional Requirements For Pecs And/or Secs Testing
any Pec Or Sec That Fails To Meet Ceta Specifications Shall Be Immediately Reported Directly To The Site-identified Point(s) Of Contact (poc) Or Appointed Ad Hoc.
areas Where Hazardous Drug Handling Occurs Will Be Tested By Environmental Wipe Sampling For Hazardous Drug (hd) Residue:
every 6 Months, Or More Frequently As Needed To Verify Contaminant, Environmental Wipe Sampling For Hd Residue Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Contractor S Laboratory Service For Hd Residue Analysis. The Kits Used To Complete Hd Wipe Sampling Must Be Verified Prior To Use To Ensure The Sensitivity And Validity Of The Methods And Reagents Used To Recover A Specific Percentage Of Known Marker Drugs.
the Hazardous Drugs (hds) To Be Tested Will Be Determined By The Facility And May Include, But Are Not Limited To:
cyclophosphamide
ifosfamide
fluorouracil
gemcitabine
methotrexate
platinum-containing Drugs
taxane-based Drugs
on Average 14 Surface Environmental Hd Wipe Samples Will Be Collected Per Testing Date. The Facility Can Elect To Adjust The Quantities Of Samples Submitted As Needed During Investigative Remediation. Routine Environmental Hd Wipe Sampling Will Include, At Minimum, The Following Areas:
interior Of Containment Primary Engineering Control (c-pec) And Any Equipment Contained Inside The C-pec.
pass-through Chambers.
surfaces In Staging Or Work Areas Near C-pec.
areas Adjacent To C-pecs (e.g., Floors Directly Under C-pec, Staging, And Dispensing Area).
areas Immediately Outside The Hazardous Drug Buffer Room Or C-sca.
areas Designated For Pharmacist End Product Verification (checking) / Workstations.
hazardous Drug Storage Areas (including Refrigerators).
hazardous Drug Receiving Areas.
patient Administration Areas.
competency Of Technician Performing Testing
ceta Testing Must Be Performed By A Cnbt Individual/company Accredited To Perform This Work. The Technician/contractor Shall Provide A Copy Of The Individuals Ceta Credentials At Time Of Offer. If, During The Contract, A Different Individual(s) Is Designated By The Contractor, The Ceta Certification Credentials Of The Assigned Individual(s) Must Be Provided To The Poc, Co, And Cor Prior To The Start Of Work.
to Ensure Accurate And Reproducible Sampling Results, Environmental Viable Sampling Should Be Performed By A Ceta Cnbt Technician Or A Trained Technician Competent In Air And Surface Sampling Procedures. Prior To Sampling The Contractor Must Provide The Facility Documentation Records For The Individuals Training And Competencies To Perform Sampling.
additional Contracting Requirements
certification Periodicities Shall Be Confirmed By Contractor, Post Award, And Adjusted As Necessary To Meet The Needs Of The Northport Vamc.
certification And Testing Shall Conform To Usp And Osha Standards.
technician Will Disinfect And Sanitize All Equipment Brought Into The Cleanroom Suite Or Segregated Compounding Area Prior To Entry (with Preemptâ® Or Peridoxâ® (or Facility Approved Disinfectant Cleaner), Followed By Sterile 70% Isopropyl Alcohol Or As Per Current Standard Operating Procedure For The Cleanroom Suite).
contractor Will Follow Northport Vamc S Protocols For Use Of Ppe In The Classified Spaces And Understands The Risks Associated With Facilities And Equipment Designed For Storage And Preparation Of Hazardous Drugs.
the Contractor Shall Comply With Federal, State, And Local Laws, Plus And Federal Regulations As Applicable To The Performance Of This Contract; To Include Usp Chapter 797 And Usp Chapter 800. Contractor Must Obtain All Necessary Licenses And/or Permits Required To Perform The Work Herein.
reporting Results For Ceta Testing (including Viable Sampling)
a General Report Documentation For All Ceta Test Results Must Be Provided Via Email Directly To The Cor (contracting Officer Representative), Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than One Week After The Testing Is Performed. The Ceta Report Will Be A Comprehensive Informative Report Of The Certification Process Which Will Include A Statement Of Compliance Or Non-compliance Regarding The Requirements And Guidelines Outlined Respective To Ceta Application Guide. The Formal Report Will Include As A Minimum, But Not Limited To, The Following Items:
name, Address, And Contact Information For The Certifying Organization Also Listing Key Personnel With Appropriate Accreditations Including The Name Of Ceta-certified Technician Performing The Testing.
confirming Remark That Facility/equipment Was Tested In Accordance With Ceta Cag-003:2022 (or Most Current Version) And Any Other Applicable Performance Testing Standard Followed. The Most Current Version Of This Cag Must Be Referenced. Note: Usp 797 Is Not A Certification Specification.
explanation Of Test Procedure Used For Data Collection And Justification For Any Deviations From Established Industry Practices Encountered During The Certification Process.
a List Of Test Equipment Utilized In Data Collection. List Shall Include Make, Model, Serial Number, And Calibration Date. A Copy Of The Current Calibration Documentation For Each Piece Of Equipment Must Be Provided When Requested.
required Reporting Values Listed In Each Test Section
type, Make, Model And Serial Number For Each Pec Tested
each Pec And Sec Nonviable Particulate Counts (including Sample Volume And Time) And Iso Classification
measured Air Velocity Data For Pec, Including Air Flow In Cfm, Average And Standard Deviation Of Air Velocity Measurements And Acceptance Criteria
pec Blower Setting And Pressure Gauge Reading (if Any)
for Bscs:
measured Downflow Air Velocity Data, Acceptance Criteria And Pass/fail Result
measured Exhaust Damper Acceptance Criteria And Pass/fail Result
inflow Velocity Test Method, Measurements, And Results
documentation Of Results For The Video Of The Airflow Smoke Pattern Test Documenting Unidirectional Flow At Critical Sites In The Pec.
total Air Changes Per Hour (acph) For Each Sec, With Indication Of Acph Supplied By The Pecs
pressure Differentials Between Each Sec And The Anteroom/pharmacy
results Of Hepa Leak Tests For All Filters Tested, As Well As The Results Of Any Patching That Was Performed
if Leaks Were Detected And Sealed, Include A Diagram Showing Approximate Location Of Sealed Leaks
prefilter Type, Size, And Condition For Each Pec
sec Temperature And Relative Humidity
video Recording Of All Smoke Pattern Testing (airflow And Dynamic)
alarm Test Results (if Any)
a Diagram Of The Areas Tested, Noting The Approximate Location Of Air And Surface Particle Counts
any Recommendations For Hepa Replacement/hepa Lifespan
microbiological Lab Analysis Reports Must Meet The Following:
the Laboratory Performing Microbial Analysis Must Be An American Association For Laboratory Accreditation (a2la)-accredited Laboratory With Iso/iec 17025 Certification For Microbiological Testing.
all Viable And Non-viable Analyzed Sampling Results Must Be Provided Via Email Directly To The Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than 2 Weeks After Sampling Is Performed. At A Minimum, The Provided Lab Analysis Report Must Include:
the Manufacturer, Lot Number, And Expiration Date For Each Media Lot Analyzed.
date And Time Sampling Was Performed.
comments Indicating Sampling Under Dynamic Conditions.
sampling Location(s), With A Site Map Sketch Identifying Location Of Each Sample Obtained.
sampling Type And Incubation Dates, Temperature, And Duration Intervals.
quantitative Number Of Discrete Colonies Of Microorganisms On Each Media Device As Colony Forming Units (cfus) Of Bacterial/fungal Isolates. Results Equal To Or Greater Than The Action Level Will Require Immediate Notification To The Facility S The Poc(s).
recovered Organisms Identified To The Genus Level (the Pharmacy Must Be Notified Of Any Microbial Growth Immediately After It Is Identified (no Later Than 48 Hours After The Report Is Received By The Contractor From The Laboratory).
determination Of Whether Lab Findings Are Actionable (e.g., Acceptable/unacceptable As Per Usp 797).
response-travel- Expense Considerations
response Time- The Contractor Shall Use Commercially Reasonable Efforts To:
provide Technical Support Via Telephone To Northport Vamc On A 24/7, 365 Days A Year Schedule.
respond By Telephone To Any Report Of A Malfunction Requiring Repair Within One Hour Of Notification.
provide On-site Support Within 2 Hours Of Notification Unless Prevented By Unforeseen Circumstances.
travel Time
due To The Time Sensitive Nature Of Testing, The Contractor Must Guarantee A Maximum Two-hour Time Travel And Arrival At Facility On Scheduled Testing Dates For Any Required Testing Personnel And Equipment.
travel Expenses-
contractor Shall Be Responsible For All Service-related Equipment Shipping And Tester S Trip Expenses, Including But Not Limited To Round Trip Travel, Mileage, Meals, And Overnight Living Expenses.
title To Equipment- Contractor Shall Not Assume Possession Or Control Of Any Part Of The Equipment. The Government Retains Ownership To Title Thereof.
utilities- Contractor May Use Government Utilities, (e.g., Electrical Power, Compressed Air, And Water) Which Are Available And Required For Any Service Performed Under This Contract.
access To Equipment- Contractor Shall Be Provided Reasonable Access To All Equipment That Is To Be Serviced And Utility Outlets Required To Do The Service. The Contractor Shall Be Free To Start And Stop All Primary Equipment Incidentals To The Operation Of The Maintained Equipment After Permission Is Received From On Duty Personnel Responsible For Such Equipment.
parts And Materials- All Compensation For Parts And Materials Is Included In Contract Price.
parts/supplies Quality- Parts And Supplies Provided Under This Contract Shall Be New Oem (original Equipment Manufacturer) Parts.
field Service Reports- Contractor Shall Furnish A Written Or Electronic Vendor Supplied Field Service Report (fsr).
place Of Performance.
northport Vamc
79 Middleville Road
northport, N.y. 11768
period Of Performance.
base Plus Four (4) Option Years
information Security/privacy/ Records Management
this Contract Does Not Involve Access To Va Patient/employee Information And Does Not Involve Access And/or Connection To The Va Information System.
va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or The Use Of Va Sensitive Information
the Department Of Veterans Affairs, Va Must Comply With All Applicable Privacy And Confidentiality Statutes And Regulations. One Of The Requirements In Va Is To Have All Personnel Trained Annually On Privacy Requirements. Privacy Represents What Must Be Protected By Va In The Collection, Use, And Disclosure Of Personal Information Whether The Medium Is Electronic, Paper Or Verbal.
this Document (20939 Training) Satisfies The Basic Privacy Training Requirement For A Contractor, Volunteer, Or Other Personnel Only If The Individual Does Not Use Va Sensitive Information Or Protected Health Information (phi) In Any Form Such As Electronic Or Paper Or Have Access To Any Va Computer System.
the Contracting Officer Representative (cor/ Cotr/ Project Manager) Is Responsible To Obtain This Training From The Contractor And To Maintain According To The Records Control Schedule (rcs 10-1).
Closing Date30 Jan 2025
Tender AmountRefer Documents
3511-3520 of 3521 archived Tenders