Building Construction Tenders
Building Construction Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Partida To Sta. Lucia, Barangay. Sta. Lucia, San Miguel, Bulacan, Contract Id No. 25c00387 1. The Dpwh-regional Office Iii, Through The Fy 2025 Intends To Apply The Sum Of P48,249,609.59 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Partida To Sta. Lucia, Barangay. Sta. Lucia, San Miguel, Bulacan Contract Id No. : 25c00387 Locations : San Miguel, Bulacan Scope Of Works : Roads: Concreting (pccp) Approved Budget For The Contract : P48,249,609.59 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), 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. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office 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 January 10 – January 30, 2025 From The Address 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 P25,000.00 7. 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. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference January 17, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From January 10, 2025 To January 30, 2025 Before 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 18. 11. Bid Opening Shall Be On January 30, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3) Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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 Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Engr. Arthur Q. Santos Chief, Planning And Design Division Bac – Chairman Date Of Issue: January 10, 2025
Closing Date30 Jan 2025
Tender AmountPHP 48.2 Million (USD 822.7 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Description: 25ce0206: Construction Of Multi-purpose Building, Barangay San Felipe, Science City Of Muñoz, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
National Institutes Of Health Tender
Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa).
the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes:
1) Nih Main Campus, Bethesda, Maryland
2) Nih Animal Center, Poolesville, Maryland
3) Fort Detrick Campus, Frederick, Maryland
4) Research Triangle Park, North Carolina
5) Rocky Mountain Laboratories (rml), Hamilton, Montana
6) Epidemiology & Clinical Research Branch, Phoenix, Arizona
7) Bayview Campus, Baltimore, Maryland
8) Rental Facilities Maintained By Nih
description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m.
the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m.
the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction.
contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission.
projects May Include, But Are Not Limited To The Following Areas:
animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals.
biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4.
health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services.
office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping.
interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following:
mechanical, Electrical, And Plumbing Systems.
high Voltage Electrical
central Utility Plant (cup)
hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls.
steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems.
compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems.
central Co2 Systems.
central Liquid Nitrogen Systems.
fuel Oil Systems.
storm Water And Sanitary Sewer Distribution Systems.
wastewater Treatment Systems.
electrical Substations.
landscaping Irrigation Systems.
commissioning
commissioning, Qualification, And Validation (cqv)
historical
geotechnical
elevator
physical Security
interior / Exterior Lighting
telecommunications
building Envelope
roofing
building Model Information (bim)
net Zero Emissions
this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations.
maryland Facilities Include:
nih Main Campus, Bethesda, Md
nih Animal Center, Poolesville, Md
fort Detrick Campus, Frederick, Md
bayview Campus, Baltimore, Maryland
rental / Leased Facilities Maintained By Nih
it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract.
research Triangle Park, North Carolina
for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project.
rocky Mountain Laboratories (rml), Hamilton, Montana
for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project.
architect / Engineer Services
the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly.
in General, Pre-design And Design Phase Services Will Include, But Not Limited To:
field / Site Investigations, Inclusive Of Pre-tab Investigations
planning And Coordination Drawings
building Information Modeling (bim) (only If Applicable To The Task Order)
sustainable Design
program Of Requirements (pors)
special Studies
schematic Design
design Development
construction Documents (65%)
construction Documents (95%)
construction Documents (100%)
rendered Perspectives Of Proposed Building Construction And Substantial Site Development
construction Cost Estimate(s)
construction Baseline Schedule
geotechnical Investigations
preparation Of Reports
the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To:
construction Bidding And Negotiation Support
construction Inspections / Site Representation
construction Progress Meetings
requests For Information (rfis)
construction Submittal Reviews
change Order Reviews / Support
punch Lists
inspection Of Stored Items
construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training.
a/e Record Documents
commissioning Support Services
commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks:
review Specifications And Drawings
review Submittals
develop Commissioning Scripts
review O & M Manuals
witness Testing Of Electrical And Mechanical Systems
construction Quality Management (cqm)
general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project.
project Governance
preparation And Maintenance Of A Project Management Plan (pmp)
assist In The Implementation Of The Project Governance Structure
reviews And Document Management
monthly Reports
requests For Information (rfi)
submittals
financial Management
budget/cost Control Monitoring And Management
invoices / Application For Payment Review
change Order Control Process And Management
estimating Services
scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required.
quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program.
potential Sources Shall Complete And Submit The Attached Forms:
sources Sought - Contractor Information Form
1.1 Complete The Sources Sought – Contractor Information Form
if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration
if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status.
certificate Of Insurance
1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement:
naics Code(s)
evidence Of The Ability To Work In Occupied Space.
evidence Of The Ability To Work On Multiple Projects Simultaneously.
evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below.
self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order).
building Information Modeling (bim) Capability.
leed Capabilities.
2. Sources Sought – Project Data Form
2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience:
one (1) Utility Infrastructure / Utility Generation /distribution System Projects
one (1) Biomedical Research Lab; And
one (1) Healthcare / Hospital Project.
[note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.]
2.2 Project Experience Requirements:
type - Specialization Category/facility Types Such As:
interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems
biomedical Research Laboratory Facilities
health Care Facilities
office/public Space Facilities
animal Care Facilities
2. Complexity - Special Design/construction Considerations Such As:
physical Security Requirements
adjacencies To Occupied Space(s) Restrictions/ Limitations
limited Access Restrictions
vibration / Noise Limitations
joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments)
implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria
special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space.
historic Preservation Requirements
storm Water Management And Erosion & Sedimentation Control
use Of Building Information Modeling (bim)
net Zero Emission Requirements
for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco).
nih Design Requirements Manual (drm)
3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above.
all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Remove Two (2) Existing Aircraft Shelters (b1044 And B1045), The Maintenance Shed (b1046), Existing Utility (b1006) And Jet Blast Deflectors, Along With The Design And Construct Of A New Multi-domain Operations Complex (mdoc) At Beale Air Force Base In California (ca).
***the Slabs, Subsoils, And Building Material At The Buildings Are Anticipated To Be Pfas-impacted Due To The Historic Use Of Afff Fire Suppressant Systems. Contractor Shall Implement All Necessary Precautionary Measures To Prevent The Spread Of Pfas During Demolition Activities. The Project Scope Includes Characterization, Profiling And Disposal Of Pfas-impacted Materials As Well As Measures To Prevent Spread Of Pfas Laden Dust And Water, In Accordance With Local, State, And Federal Regulations. Handling, Transportation And Disposal Of Pfas Impacted Materials Must Be Accounted For In All Pavements Testing And Geotechnical Investigations. Refer To The Part Titled Demolition In Section 01 10 10.01 Design Requirements - General For More Information Pertaining To Characterization, Profiling And Disposal Requirements For Pfas-impacted Concrete And Soil.***
the Mdoc Is Anticipated To Consist Of Two (2) Aircraft Hangar Bays And Central Squadron Operations Facility Between The Hangars In A T-shape And In Harmony With The Adjacent Dock 11 Building, With Matching Heights And Facades. The Project Is Anticipated To Include All Utilities, Site Improvements, New Apron, Pavements, Detection And Protection Features, Security Enhancements, Secure Compartmented Information Facility (scif), And Other Supporting Work Necessary To Make A Complete And Useable Facility.
the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately March 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025.
the Government Estimates That Design Of The Anticipated Requirement Can Be Completed Within Two-hundred-forty-six (246) Calendar Days. It Is Estimated That Construction Of The Anticipated Requirement Can Be Completed Within Nine-hundred-fifteen (915) Calendar Days. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice.
in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is Between $100,000,000 And $250,000,000
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1bz Construction Of Other Airfield Structures.
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements.
capability Statement:
responses Must Be Limited To Twelve (12) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10.
please Provide The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, Whether A Project Labor Agreement (pla) Was Used (see The Pla Survey Section Below), And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.).
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
4) Bonding Capability (in The Form Of A Surety Letter).
.5) Pla Survey. A Pla Is A Pre-hire Collective Bargaining Agreement With Labor Organization(s) That Establishes The Terms And Conditions Of Employment For A Specific Construction Project. Pursuant To Executive Order 14063, Use Of Project Labor Agreements For Federal Construction Projects, Agencies Are Mandated To Use Plas For Large-scale Construction Projects (defined As Projects Where The Total Cost To The Government Of The Project Is Estimated To Be At Least $35,000,000.00) Unless Exempted By The Agency Senior Procurement Executive.
a) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation.
b) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
c) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
d) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
e) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
f) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
g) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project.
please Also Provide The Following Information On Projects Completed In The Last 2-5 Years:
a) Project Name And Location
b) Detailed Project Description
c) Initial Cost Estimate Vs. Actual Final Cost
d) Was The Project Completed On Time?
e) Number Of Craft Trades Present On The Project
f) Was A Pla Used?
g) Were There Any Challenges Experienced During The Project?
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. If Your Company Has Already Responded To The Previous Sources Sought (w9123824s0031), You Can Revalidate Your Information By Sending An Email To The Contract Specialist Below Confirming The Previous Submission Of Your Capabilities Statement.
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Melanie A. Dewing, At (melanie.a.dewing@usace.army.mil) By 10:00 A.m. (pdt) Monday, 13 January 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0008’ In The E-mail Subject Line.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Chemical Products
Germany
Description: Contract notice – general guidelines, standard rules, open procedure (construction work) Building 7 San gas, water and drainage systems within buildings (DIN 18 381); Building 7 San sanitary installation in existing building 1 piece dismantling work San 868 m drinking water pipes ... Multi-building 7 San gas, water and drainage systems within buildings (DIN 18 381); Building 7 San sanitary installation in existing building 1 piece dismantling work San 868 m drinking water pipes up to DN 25 including insulation 15 m drinking water pipes up to DN 40 including insulation 160 m wastewater pipe network up to DN 100 15 m wastewater pipe network up to DN 200 23 pieces washbasin systems incl. element 7 pieces toilet systems incl. element 3 pieces shower systems incl. element 2 pieces sink systems incl. element 3 pieces urinal systems incl. Element 61 pieces Connections to on-site facilities
Closing Date5 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Sources Sought Notice
project Description: Pavilions, Protection Walls And Cultural Interpretation Panels For Lake Isabella
anticipated Posting Date: 19 Dec 2024
sources Sought Number: W9123825s0010
sam Posting Title: Pavilions, Protection Walls And Cultural Interpretation For Isabella, California
sam Posting Description:
this Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
background:
the U.s. Army Corps Of Engineers, Sacramento District (usace), Began Construction On The Isabella Dam Safety Modification Project (project) In 2018. Usace Is Authorized To Complete Work On The Isabella Dam And Auxiliary Dam Under The Flood Control Act Of 1944, Public Law 78-534, Chapter 665, Section 110, Page 901. In March 2021, Project Team Members Were Made Aware Of A Request From The Construction Contractor To Delineate And Open A New Borrow Area For Additional Construction Materials.
under Section 106 Of The National Historic Preservation Act (nhpa), Usace Determined That Ground Disturbance In The Borrow Area Would Result In An Adverse Effect To Historic Properties. Use Of The Borrow Area Would Destroy Contributing Elements To An Archaeological Site And The Tübatulabal Cultural Landscape District. Both The Site And District Held Special Importance For The Tübatulabal Tribe As Physical Remnants Of Their Ancestors’ Presence On The Landscape, As Well As Contemporary Sources Of Tribal Identity And Connection To The Traditionally Used Cultural Landscape. Usace Determined Both Properties Eligible For Listing In The National Register Of Historic Places.
in Accordance With A Programmatic Agreement Executed To Guide Project Compliance With Section 106 Of The Nhpa, Usace Consulted With The California State Historic Preservation Officer (shpo), Sequoia National Forest (snf), The Advisory Council On Historic Preservation (achp), And Interested Tribes, Receiving Concurrence In The Determinations Of Eligibility (doe) And Finding Of Effect (foe) And Approval Of The Supplemental Treatment Plan Outlining Potential Mitigation Measures In August Of 2021.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Construct Pavilions, Protection Walls And Prepare Cultural Interpretation Panels For Lake Isabella.
prepare An Artistic Rendering, Fabricate, And Install Seventeen (17) Panels Approximately 36” X 24” On The History And Culture Of The Tübatulabal Tribe On A Pre-existing Concrete Sitting Wall Adjacent To The Boat Ramp At French Gulch Boat Launch. Usace Will Provide The Media (text And Images) On The Panels. Fabricate And Install One (1) Pre-engineered Shade Structure Approximately 8’ X 8’ Next To The Boat Ramp At French Gulch.
prepare An Artistic Rendering, Fabricate, And Install One (1) Panoramic Interpretive Panel Approximately 48” X 24” That Depicts An Image Of The Viewshed With Tübatulabal Place Names In English And Paka’anil, As Well As Three Stories Of Significance To The Tribe, At The Auxiliary Dam Recreation Site. Usace Will Provide The Names And Points Of Interest. Fabricate, And Install One (1) Interpretive Panel Approximately 36” X 24” Describing Changes To The Kern River Valley Over Time. Design And Construct A Rock Sitting Wall Approximately 15’ X 3’ X 3’ To Serve As A Base For The Interpretive Panels At Auxiliary Dam Recreation Site. Wall Shall Be Constructed Out Of Natural Stone And Pigmented Mortar. Wall Shall Be Curved Approximately 90 Degrees With A Radius Of Approximately 5 Feet. Fabricate And Install One (1) Pre-engineered Shade Structure Approximately 12’ X 12’, Covering The Rock And Interpretive Panels At Auxiliary Dam.
install A Boulder Line Along The Eastern Edge Of The Turnaround At The End Of Old Isabella Road Recreation Site. Boulders Shall Be Of An Appropriate Size And Spacing To Prevent Vehicles From Exiting The Turnaround And Encroaching On The Cultural Resource.
the Potential Requirement May Result In A Firm-fixed-price Contract Solicited Approximately January/february 2025. If Solicited, The Government Intends To Award The Anticipated Requirement Approximately March/april 2025.
the Government Estimates That Construction Of The Potential Requirement Can Be Completed Within 365 Calendar Days From Receipt Of Notice To Proceed. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice.
in Accordance With Federal Acquisition Regulation (far) 36.204(e), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is $500,000.00 To $1,000,000.00.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1qa, Construction Of Restoration Of Real Property (public Or Private).
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Far 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements.
capability Statement:
responses Must Be Limited To Ten (10) 8.5 X 11-inch Pages With A Minimum Font Size Of Point 10.
please Provide The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Three (3) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.). The Government Is Looking For A Construction Contractor However, This Requirement Involves Elements Of Graphic Design. Therefore, Please Provide Experience With Projects That Include Elements Of Graphic Design Work.
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
4) Bonding Capability (in The Form Of A Surety Letter).
.
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received.
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Jessica Padilla, At (jessica.padilla@usace.army.mil) By 8:00 A.m. (pt) Monday, 10 January 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0010’ In The E-mail Subject Line.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Title: Missile Munitions Distribution Facility And Rail Classification Yard At Letterkenny Army Depot In Chambersburg, Pennsylvania
solicitation No. W912dr25x125n
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small Business Construction Contractors Interested In Performing Work On The Potential Letterkenny Army Depot Missile Munitions Distribution Facility And Rail Classification Yard In Chambersburg, Pennsylvania.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. The Proposed Project Will Be A Competitive, Firm-fixed-price, Contract Procured In Accordance With Far Part 15, Contracting By Negotiation, Under A Lowest Price Technically Acceptable Process.
in Accordance With Dfars 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Is Between $25,000,000.00 And $100,000,000.00. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
responders Should Address All Of The Following In Their Submittal.
prior Government Contract Work Is Not Required For Submitting A Response To This Source Sought Notice.
project Labor Agreement (pla) Market Survey:
the U.s. Army Corps Of Engineers, Baltimore District, Is Soliciting Comments From The Construction Community Addressing The Potential Use Of A Project Labor Agreement (pla) For This Large-scale Construction Project (exceeding $35,000,000.00).
pla Background Information:
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisitions Regulation (far) 22.503, Policy States: Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreements Will (1) Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law.
reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement, Clause: Far 52.222-34 Project Labor Agreement.
the Construction Community Is Invited To Comment On The Use Of Pla’s By Responding To The Following Questions:
do You Have Knowledge That A Pla Has Been Used In The Local Areas On Projects Of This Kind? If So, Please Provide Supporting Documentation.
are You Aware Of Skilled Labor Shortage In The Areas For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
project Description:
the Work Is In Franklin County, Pennsylvania At The Letterkenny Army Depot Within The Letterkenny Munitions Center. The Project Includes The Abatement And Demolition Of Building 1456 And Building 2365.
also Included Is The New Construction Of A 57,955 Sf Missile Munitions Distribution Facility (mmdf) Warehouse (including A 4,614 Sf Canopy On The Inbound Dock Side) And Associated Administrative Support Functions. Adjacent To The Mmdf Is A 568 Sf Vehicle Storage Building (vsb) That Is Used To Charge And Store Forklifts That Support The Mission. Associated Site Development Including But Not Limited To Earthwork, Best Management Practices (bmps), Fencing, Roadways And Hardstand Areas That Support The Loading And Unloading Of Munitions Are Also Included.
the Project Further Includes New Construction Of A Rail Classification Yard (rcy) Consisting Of Approximately 8,000 Lf Of Rail Siding And A Suspect Track For Monitoring And Inspection Of Compromised Rail Cars.
adjacent To The Rcy Is A 327 Sf Munitions Operations Management Building (momb) That Is Used By Mission Personnel To Complete Administrative Duties Associated With The Classification Yard. Associated Site Development Including But Not Limited To Earthwork, Culvert Extensions, And Unpaved Roadways And Rail Beds Are Also Required And Incidental Related Work.
the Information Gathered In This Exercise Should Include The Following Information On Projects Completed In The Last Seven (7) Years:
project Name And Location
detailed Project Description
initial Cost Estimate Vs. Actual Final Cost
was The Project Completed On Time?
number Of Craft Trades Present On The Project
was A Pla Used?
were There Any Challenges Experienced During The Project?
the Following Criteria Must Be Considered To Ensure The Ability To Perform The Proposed Work:
firm’s Experience In Successfully Completing Design-bid-build Projects Of Similar Size And Scope, And Dollar Value Range Of $25,000,000.00 To $100,000,000.00. Similar Scope Is Defined As New Construction Of A Shipping/receiving Building, Vehicle Storage Building, And Rcy With Similar Components And Functions. Similar Size Considers Both The Square Footage Of The Work Area And/or Dollar Value Of The Project. To Demonstrate Similar Projects, Provide At Least Three (3) Projects Completed In The Last Seven (7) Years To Include:
provide A Letter From The Surety Regarding The Maximum Bonding Capability For A Single Contract Action And Total Aggregate Bonding Capacity.
rail Subject Matter Expert Required For Rail Yard Classification Work Tasks. (this Is An Optional Item. If You Do Not Have Any Projects That Required A Rail Subject Matter Expert, Please Explain How You Are Able To Obtain One).
experience Working At The Letterkenny Army Depot. (this Is An Optional Item. If You Do Not Have Any Experience Working At The Letterkenny Army Depot, Please Explain How You Would Manage Large Scale Material Transports, Subcontractors, Etc. For A Project Of This Size.
responses Must Include The Offeror’s Name, Company Address, Cage Code, Poc Phone Number, Poc Email, And Sam Information.
narratives Shall Be No Longer Than Fifteen (15) Pages. Double Sided Pages Will Count As Two (2) Separate Pages.
submission Instructions:
this Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Notice Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 A.m. Edt On 31 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Lauren.n.elamenuel@usace.army.mil And Tamara.c.bonomolo@usace.army.mil And Referencing The Sources Sought Notice Number, W912dr25x125n.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-002) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Improvement Of Road At Barangays Pansol, Bukal, Banay-banay, And San Miguel, Padre Garcia, Batangas Contract Id No. : 25dd0110 Project Location : Padre Garcia, Batangas Scope Of Works : "pansol : Asphalt Overlay Of 1,141.50 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) Bukal (from Tamak To Boundary Of Bukal-payapa Bridge) : Asphalt Overlay Of 396.30 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) And Manhole Bukal (from Bukal-payapa Bridge) : Asphalt Overlay Of 2,622.00 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) And Manhole Banay-banay : Asphalt Overlay Of 1,022.00 L.m. Road With Width Of 6.10m And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) San Miguel : Asphalt Overlay Of 455.30 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line)" Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 126 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Flood Control Structure Along Calumpang River, Ibaan, Batangas Contract Id No. : 25dd0111 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 752.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 244 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Road Rehabilitation Of Barangay Banaba, Barangay Banay Banay And Barangay Poblacion, Padre Garcia, Batangas Contract Id No. : 25dd0112 Project Location : Padre Garcia, Batangas Scope Of Works : "banay Banay : Rehabilitation Of 585.50 L.m. Road With Width Of 6.10m And Thickness Of 0.28m Including Grouted Riprap Banaba : Asphalt Overlay Of 445.00 L.m. With Width Of 6.10m And Thickness Of 50mm Poblacion : Section 1 - Asphalt Overlay Of 589.00 L.m. With Width Of 6.10m Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white And Yellow); Section 2 - Asphalt Overlay Of 211.60 L.m. With Varying Width Of 9.45m To 10.60m Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 3 - Reblocking Of 273.00 Sq.m. With Thickness Of 0.28m And Asphalt Overlay Of 187.00 L.m. Road Width Of 8.00m Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white); Section 4 - Asphalt Overlay Of 157.00 L.m. Road With Width Of 8.80m And Thickness Of 50mm Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 5 - Reblocking Of 7.65 Sq.m. Road With Thickness Of 0.28m And Asphalt Overlay Of 50.70 L.m. Road With Varying Width Of 5.90m To 8.00m And Thickness Of 50mm Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 6 - Asphalt Overlay Of 268.80 L.m. Road With Varying Width Of 5.00m To 6.50m Including Flaring And Reflectorized Thermoplastic Pavement Markings (white And Yellow); Section 7 - Concreting Of 93.15 Sq.m. Road With Thickness Of 0.28m And Asphalt Overlay Of 127.70 L.m. With Varying Width Of 4.90m To 9.00m And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white)" Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 221 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of San Jose - Ibaan Road, San Jose Section, Batangas Contract Id No. : 25dd0113 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 1,700.50 L.m. Carriageway And 72.40 L.m. Shoulder With Width Of 5.00m And 3.15m Respectively And Thickness Of 0.30m Including Rehabilitation Of Sidewalk, Curb & Gutter Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 137 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road Along Barangay Sto. Niño, Taysan, Batangas Contract Id No. : 25dd0114 Project Location : Taysan, Batangas Scope Of Works : Construction Of 697.50 L.m. Carriageway With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base And Reinforced Concrete Pavement Including 8.00 L.m. - 910mm Dia. Cross Drain With Headwall Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 164 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0115 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,614.00 Sq.m. Road With Varying Width Of 2.50m To 6.10m And Thickness Of 0.28m; Asphalt Overlay Of 7,406.00 Sq.m. Road With Varying Width Of 5.00m To 8.40m Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 27,440,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 137 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of San Jose - Ibaan Road, San Jose Section, Batangas Contract Id No. : 25dd0116 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 16.90 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 801.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 103 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0117 Project Location : Lipa City, Batangas Scope Of Works : Reconstruction And Asphalt Overlay Of 373.40 L.m. Road With Width Of 6.10m And Thickness Of 0.28m And 50mm Respectively Including Reflectorized Thermoplastic Pavement Markings; Construction Of 132.40 L.m. - 760mm Dia. Rcpc Drainage And 120.30 L.m. Road With Width Of 1.60m And Thickness Of 0.20m Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0118 Project Location : San Jose, Batangas Scope Of Works : Reblocking Of 621.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Barangay Pinagtung-ulan - Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0119 Project Location : San Jose, Batangas Scope Of Works : Reblocking Of 99.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m; Asphalt Overlay 595.50 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings (white) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 47 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Barangay Road At Barangay Tipacan, Lipa City, Batangas Contract Id No. : 25dd0120 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 344.60 L.m., 140.60 L.m. And 75.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m; Construction Of 53.00 L.m. Lined Canal And 50.10 L.m. Stone Masonry With Varying Height Of 2.10m To 2.40m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Pagolingin West, Lipa City, Batangas Contract Id No. : 25dd0121 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 33.10 L.m., 184.30 L.m. And 130.40 L.m. Road With Width Of 5.00m, 5.30m And 4.50m Respectively And Thickness Of 0.20m; Asphalt Overlay Of 253.20 L.m. And 19.000 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay Bolbok, Lipa City, Batangas Contract Id No. : 25dd0122 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 201.00 L.m. Road And Asphalt Overlay Of 137.00 L.m. Road With Width Of 5.00m And Thickness Of 0.28m And 50mm Respectively Including Application Of Thermoplastic Pavement Markings Section Ii : Reblocking Of 64.00 L.m. Road With Width Of 3.50m And Thickness Of 0.28m" Approved Budget For The Contract : Php 6,860,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 56 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Pagolingin East, Lipa City, Batangas Contract Id No. : 25dd0123 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 425.10 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 39 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay San Benito, Lipa City, Batangas Contract Id No. : 25dd0124 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 471.27 L.m. Road With Varying Width Of 4.00m To 4.50m And Thickness Of 0.20m Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Lumbangan, Rosario, Batangas Contract Id No. : 25dd0125 Project Location : Rosario, Batangas Scope Of Works : "section I : Construction Of 141.70 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap At Both Sides And Cross Drainage At The End Of Section Section Ii : Construction Of 246.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 131.50 L.m. Grouted Riprap At Both Sides" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 65 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Leviste, Rosario, Batangas Contract Id No. : 25dd0126 Project Location : Rosario, Batangas Scope Of Works : Construction Of 435.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 36 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Bagong Pook, Rosario, Batangas Contract Id No. : 25dd0127 Project Location : Rosario, Batangas Scope Of Works : Construction Of 109.90 L.m., 163.90 L.m., 15.60 L.m. And 133.40 L.m. Road With Width Of 4.00m, 3.00m, 4.50m And 3.00m Respectively And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 65 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Camia, Brgy. Talahiban 1.0, San Juan, Batangas Contract Id No. : 25dd0128 Project Location : San Juan, Batangas Scope Of Works : Construction/rehabilitation Of 231.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Including Construction Of 169.20 L.m. Slope Protection At Left Side Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Rosal, Brgy. Talahiban 1.0, San Juan, Batangas Contract Id No. : 25dd0129 Project Location : San Juan, Batangas Scope Of Works : "section I : Construction Of 183.20 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 85.00 L.m. Slope Protection At Left Side Section Ii : Construction Of 184.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 59.80 L.m. Slope Protection At Right Side" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 50 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Coliat, Ibaan Batangas Contract Id No. : 25dd0130 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 277.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 40 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay Malitlit, Lipa City, Batangas Contract Id No. : 25dd0131 Project Location : Lipa City, Batangas Scope Of Works : Reblocking Of 39.50 L.m., 98.80 L.m. And 8.50 L.m. Road With Width Of 5.00m, 6.00m And 6.80m Respectively And Thickness Of 0.20m Including Construction Of 75.50 L.m. Grouted Riprap At Left Side Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Slope Protection In Barangay San Agustin, Ibaan, Batangas Contract Id No. : 25dd0132 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 154.30 L.m. Revetment On Left Side (upstream) Using Stone Masonry With Height Of 4.00m Including Clearing And Grubbing, Excavation And Embankment Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Barangay Road At Barangay Matamis, Rosario, Batangas Contract Id No. : 25dd0133 Project Location : Rosario, Batangas Scope Of Works : Construction Of 375.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 3,960,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 81 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 03, 2025, 8:00 A.m.-5:00 P.m.; February 04, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 23, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 At 08:30 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 18. 9. Bid Opening Shall Be On February 04, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr 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 Of The Bid. " 11. The Dpwh-batangas Iv 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 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Ten (10) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 14, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 15, 2025 To January 21, 2025 Publication: Dpwh Website/ Philgeps
Closing Date4 Feb 2025
Tender AmountPHP 6.8 Million (USD 117.3 K)
3721-3730 of 3900 archived Tenders