Building Construction Tenders
Building Construction Tenders
Landkreis Teltow Fl Ming Tender
Others
Germany
Details: A new rescue station with a vehicle hall with two parking spaces is being built on the property in the industrial estate in 15936 Dahme/Mark. The two-storey new building, which does not have a basement, has a floor plan of approx. 54.80 m by 10.86 m. The total height of the building is between approx. 4.5 m and 6.95 m. The rescue station is being built using solid construction. A green flat roof with a photovoltaic system is planned as the roof. The building can be divided into two parts: the two-storey vehicle hall and the surrounding functional rooms, as well as the single-storey lounge area. The two parts are visually separated from one another by their facade design. The vehicle hall has a curtain metal facade, while the lounge area has an outer shell made of exposed brickwork. The OKFF Eg is 86.70. The ground level in the adjacent area is relatively flat and is around 86.10 Dhhn2016 and in some places higher. The former existing subsoil of the area being worked on was replaced during the foundation work by the building construction and filled with compactable natural material. The average heights of the surrounding public roads are between 86.40 - 86.90. Differences in height to the neighboring metalworking shop, in some places the trench area and the adjacent long property are compensated with an additional retaining wall, along which the property fence runs.
Closing Date21 Jan 2025
Tender AmountRefer Documents
BUGASONG WATER DISTRICT Tender
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Itb Nptfb No.2025-01 Bugasong Water District Bugasong, Antique Member Of Philippine Association Of Water Districts, Inc. Invitation To Bid For The Procurement Of Infrastructure Project For The Construction Of Water Supply System (provision Of Water Supply To Nha Permanent Resettlement Sites Housing Program In Yolanda Affected Areas) For Bugasong Water District. 1. Bugasong Water District (bwd), Through The Ra No. 10633 (fy 2014 Gaa) And R.a. No. 10717 (fy 2016 Gaa) To Finance The Water Supply Needs Of Nha Permanent Resettlement Areas In Yolanda Affected Water Districts And Municipalities From The Government Of The Republic Of The Philippines Intends To Apply The Sum Of Sixteen Million Six Hundred Ninety-two Thousand Three Hundred Five Pesos (₱16,692,305.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Water Supply System For Bugasong Water District (provision Of Water Supply To Nha Permanent Resettlement Sites Housing Program In Yolanda Affected Areas) With Project Identification Number Bugwd Inf2025-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Part Scheme Description 1 Regular Infrastructure Project Construction Of Water Supply System For Brgy. Centro Ilauod (bugasong Resettlement Project), Brgy. Lacayon, Bugasong - New Paradise Village 1 & 2 (lacayon Homes), And Brgy. Igbalangao, Bugasong Paradise Ville 1 & 2 (igbalangao Homes). 2 Design And Build Project Design And Construction Of 100 Cu.m. Steel-bolted-glass-fused Ground Reservoir For Brgy. Lacayon, Bugasong - New Paradise Village 1 & 2 (lacayon Homes) 2. Bwd, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Seventy (270) Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Secretariat, Bugasong Water District Office, P. Moscoso St., Ilaya, Bugasong, Antique And Inspect The Bidding Documents At The Address Given Below From 9:00 Am – 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 Until 1:45 Pm Of February 12, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (₱25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees At Bugasong_waterdistrict@yahoo.com.ph. 6. Bwd, Will Hold A Pre-bid Conference On January 31, 2025, 2:00 P.m At Bugasong Water District Office, P. Moscoso St., Ilaya, Bugasong, Antique And/or Through Videoconferencing/webcasting Via Zoom Virtual Conferencing Which Shall Be Open To Prospective Bidders. Below Is The Zoom Meeting Id: Meeting Id: 208 667 3987 Passcode: 7akeit 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, Or (ii) Via Lbc Courier Door To Door On Or Before 2:00 P.m. On February 12, 2025. Late Bids Shall Not Be Accepted. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Advertisement January 23, 2025 Until January 30, 2025 2. Issuance Of The Bidding Documents January 23, 2025 Until 1:45 Pm Of February 12, 2025 3. Pre-bid Conference January 31, 2025 At 2:00 Pm 4. Deadline For The Pre-qualification Submission, And Opening Of Bids February 12, 2025 At 2:00 Pm 5. Evaluation Of Bids February 13-17, 2025 6. Post-qualification Of Bids February 18, 2025 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 2:05 P.m. On February 12, 2025 At The Bugasong Water District Office, P. Moscoso St., Ilaya, Bugasong, Antique. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bwd, 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: Bids And Awards Committee Bugasong Water District Bugasong, Antique Email Address: Bugasong_waterdistrict@yahoo.com.ph Engr. Nina Hazel M. Bartolo Chairperson,bids And Awards Committee Bugasong Water District
Closing Date3 Feb 2025
Tender AmountPHP 16.6 Million (USD 285.5 K)
Subic Bay Metropolitan Authority Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Construction Of Welcome Arch At Morong Gate 1. The Subic Bay Metropolitan Authority, Through The Fy2025 Corporate Operating Budget For The Contract Approved By The Sbma Governing Board, Intends To Apply The Sum Of Six Million One Hundred Thousand Pesos (php 6,100,000.00) Inclusive Of Vat And Other Taxes Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Welcome Arch At Morong Gate / Sbma-bac-infra-ib-02-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Subic Bay Metropolitan Authority Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Name Of Contract: Construction Of Welcome Arch At Morong Gate Location: Subic Bay Freeport Zone Brief Description: The Proposed Project Shall Include The Provision Of Labor, Materials, Tools, Equipment, Application And Securing Of All Permits And Other Incidentals Necessary To Complete The Works For, But Not Limited To: Construction Of Building Structure As Identified In The Bidding Documents. Contract Duration: Two Hundred Twenty (220) Calendar Days Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Subic Bay Metropolitan Authority And Inspect The Bidding Documents At The Address Given Below During Monday – Friday, 8:00 A.m. - 5:00 P.m., Except Saturday, Sunday, And Non-working Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 14, 2025 From 8:00 Am To 5:00 P.m., Monday To Friday And Until 12:00 Noon Of February 05, 2025 From Given Address And Websites 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 Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Subic Bay Metropolitan Authority Will Hold A Pre-bid Conference On January 23, 2025, 2:00 P.m. At The Engineering Conference Room, Room 218, Bldg. 255 Barryman Road, Subic Bay Freeport Zone And/or Through Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. Subic Bay Metropolitan Authority Bids And Awards Committee For Infrastructure Building 255, Barryman Road, Subic Bay Freeport Zone, 2222 Philippines Tel: +6347 252.4230/4367 Fax: +6347 252.4284/3014 Www.mysubicbay.com.ph Requests For Clarification(s) On Any Part Of The Bidding Documents Shall Be Entertained On Or Before 2:00 P.m. Of January 27, 2025. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Engineering Conference Room, Room 218, Bldg. 255 Barryman Road, Subic Bay Freeport Zone On Or Before 2:00 P.m., February 05, 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 15. 9. Bid Opening Shall Be On February 05, 2025, 2:00 P.m. At The Engineering Conference Room, Room 218, Bldg. 255 Barryman Road, Subic Bay Freeport Zone And/or Through Videoconferencing/webcasting Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Relevant Requirement: Minimum Pcab Category And Size Range; Pcab License : Category C Or D Size Range : Small B Gb-1 (building Or Industrial Plant) 11. The Subic Bay Metropolitan Authority 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. 12. For Further Information, Please Refer To: Christian Paulo O. Belisario Secretary, Bac For Infrastructure Subic Bay Metropolitan Authority Room 201, Bldg. 255, Barryman Road, Subic Bay Freeport Zone Tel. No.: (047) 252-4214 Bac@sbma.com 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Https://www.mysubicbay.com.ph/bids Https://www.philgeps.gov.ph Atty. John De Vera Aquino Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 6.1 Million (USD 104.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice
sources Sought Notice
page 12 Of 12
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 12
this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation
all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action.
exsisting Conditions:
the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes.
scope Of Service Required
1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments.
2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions.
3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads.
4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities.
5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available.
6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary.
7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.)
8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1).
9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications.
10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound.
11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created.
12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e.
a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access.
b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including:
i. Full Name
ii. Company Name
iii. Email Address
iv. Role/position On The Project
c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days.
d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor.
e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc.
13. Provide Design, Construction, And Post-construction Services As Listed Below.
a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s.
Location
canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424
cost Range
estimated Construction Cost Range: Between $5,000,000 And $10,000,000.
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp).
selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G.
(2) Specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To:
experience With Design Of Inpatient Medical Care Facilities.
experience With Design Of Multifunctional Offices.
experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities;
experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals).
experience With Government Designs And Construction.
experience With Extensive Site Survey Skills
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1.
(3) Capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time.
submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously.
the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office.
ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates
(4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation.
submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation.
(5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424.
v. This Distance Is Determined According To Http://maps.google.com/
vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above.
submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government.
(6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
(7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
(8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
(9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm.
(10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years.
submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services.
please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
evaluation Scoring
evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows:
outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.
good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.
acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate.
marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.
unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement.
the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4):
substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract.
unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract.
no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
_x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
submission Requirements:
unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements.
email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc.
all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document:
1. Cover Page With Solicitation Number, Project Number And Title
2. Table Of Contents
3. Copy Of Valid State Registration For Each Lead Designer
4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
5. Duns Number
6. Cage Code
7. Tax Id Number
8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 24h00169 - Lgu Hospitals-lapu Lapu City Hospital, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php14,925,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lgu Hospitals-lapu Lapu City Hospital, Cebu With Contract Id No. 24h00169. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Lgu Hospitals-lapu Lapu City Hospital, Cebu Contract Id No. : 24h00169 Locations : Lapu-lapu City, Cebu Scope Of Works : Construction Of Building Approved Budget For The Contract : Php 14,925,000.00 Contract Duration : 256 Calendar Days Bidders Should Have Completed 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings And Industrial Plant For License Classification C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On December 18, 2024 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before January 06, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 0, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii 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. 14. For Further Information, Please Refer To: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 24h00169 Dpwh And Philgeps Websites Posting: December 10 – December 17, 2024
Closing Date4 Feb 2025
Tender AmountPHP 14.9 Million (USD 255.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Description: 24h00166 - Construction Of Multi-purpose Building (dormitory), Up Cebu- University Of The Philippines System , Construction Projects ,department Of Public Works And Highways ( Regional Office Vii)
Closing Date21 Jan 2025
Tender AmountPHP 38.6 Million (USD 659 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Sources Sought Notice
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For 4184 American National Standards Institute/building Owners And Managers Association (ansi/boma) Office Area (aboa) Square Feet Of Office Space In Prince George S County, Md
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For 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. 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 Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered In 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 Va.
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 05 510 Butler Avenue, Building 306a, Martinsburg, Wv, 25405
description: The Va Seeks To Lease Approximately 4184 Aboa (nusf) Square Feet (sf) Of Office Space And 20 Parking Spaces For Use By The Va As Clinical Space In The Delineated Area Explained Below Within The Prince George S County, Md Area. Va Will Consider Space Located In An Existing Building As Well As New Construction Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered.
lease Term: Not To Exceed 20 Years.
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: Rt 214
east: Rt 4 South Maryland Blvd
south: Rt 234
west: Potomac
additional Requirements:
(1) A Contiguous First Floor Space Is Preferred But A Contiguous Single Floor Space May Be Considered.
(2) Bifurcated Sites, Exclusive Of Parking, Are Not Permissible.
(3) It Is Preferred That Column Size Not Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
(4) Offered Space Cannot Be In The Fema 100-year Flood Plain.
(5) Offered Space Must Be Zoned For The Va S Intended Use.
(6) Offered Space May Not Be Considered If Located Near Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
(7) Offered Space May Not Be Considered If Located Near Residential Or Industrial Areas.
(8) Space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
(9) It Is Preferred That Offered Space Be Near A Hospital Or Stand-alone Emergency Room Center And A Fire Department.
(10) It Is Preferred That Offered Space Be Near Public Transportation.
(11) 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 Request For Proposals.
(12) A Fully Serviced Lease Is Required.
all Submissions Should Include The Following Information:
(1) Name Of Current Owner.
(2) Address Or Described Location Of Building.
(3) Location On Map Demonstrating The Building Lies Within The Delineated Area.
(4) Description Of The Uses Of Adjacent Properties.
(5) A Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes.
(6) A Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
(7) Site Plan Depicting The Property Boundaries, Building, And Parking.
(8) Floor Plan, Aboa, And Rsf Of Proposed Space.
(9) 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 $41.5 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required, To Submit A Capabilities Statement.
(10) A Document Indicating The Type Of Zoning
(11) A Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
(12) A Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 12:00 P.m. Local Time.
e-mail Responses To: David.parker3@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 [$41.5 Million]. Responses To This Notice Will Assist The Leasing Contracting Officer (lco) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
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 Is Not A Request For Proposals. 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 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 Sheet 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, Dunn & Bradstreet 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) And; (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
prince George S County, Md - Lease Sources Sought Notice
company Name: _______________________________________
company Address: ______________________________________
dunn And Bradstreet 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 Rsf) (3-page Limit).
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)
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103.
this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out.
sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents
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 5.9 Million (USD 101.2 K)
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 5.9 Million (USD 101.2 K)
3691-3700 of 3714 archived Tenders