Building Construction Tenders

Building Construction Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 5.4 Million (USD 92.9 K)
Details: Description Invitation To Bid For 25bj0043 : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya 1. The Dpwh-nueva Vizcaya 2nd District Engineering Office, Through The Nep Fy 2025 (early Procurement Activity) Intends To Apply The Sum Of ₱5,445,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25bj0043: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Vizcaya 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract And Location Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya Contract Id No. 25bj0043 Scope Of Works Construction Of 9.13m X 10.50m Two (2) Storey Multi-purpose Building With Complete Finishing. Including Solar Power Supply Approved Budget For The Contract (abc) ₱5,445,000.00 Contract Duration 170 Calendar Days 3. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For General Engineering. 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. 5. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. 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. 8. Interested Bidders May Obtain Further Information From The Dpwh Nueva Vizcaya 2nd District Engineering Office And Inspect The Bidding Documents At Procurement Staff Of Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya During Weekdays From 8:00 A.m. To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 21, 2024, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. 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. 11. The Dpwh Nueva Vizcaya 2nd District Engineering Office Will Hold A Pre-bid Conference On January 7, 2024, 9:00 Am At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya, And/or Youtube Channel (dpwh Nueva Vizcaya 2nd Deo Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 12. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 13. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya Or At Electronicbids_nuevavizcaya2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 21, 2024 At 9:00 Am. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. Bid Opening Shall Be On January 21, 2024, Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 16. The Dpwh Nueva Vizcaya 2nd 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Youtube Livestream: Dpwh Nueva Vizcaya 2nd Deo Procurement Livestream For Online Bid Submission: Electronicbids_nuevavizcaya2@dpwh.gov.ph 18. For Further Information, Please Refer To: Diozen T. Degala Officer-in-charge Office Of The Head Of Procurement Staff Dpwh Nueva Vizcaya 2nd Deo Malasin, Dupax Del Norte, Nueva Vizcaya Contact No.: 0908-410-2971 Email Address: Procurement.nuevavizcaya2nd@gmail.com Danilo A. Bernabe Oic-assistant District Engineer Bac Chairperson Date Of Posting: Dpwh And Philgeps Websites: December 28, 2024 Conspicuous Place (office Bulletin Board): December 28, 2024

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 97.4 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 & Fy 2024 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: 1. Contract Id : 24ih0106 Contract Name : Construction Of Riverbank Protection, Catarman-bobon Irrigation Project, Barangay Tura, Bobon, Northern Samar Contract Location : Bobon, Northern Samar Brief Description/scope Of Work : Construction Of 383 Meters Length Of Reinforced Concrete Revetment (river Control Structure) On A 12m Sheet Pile Foundation Approved Budget For The Contract (abc) : Php 97,499,953.54 Source Of Funds : Fy 2024 Gaa Contract Duration : 264 Calendar Days Cost Of Bidding Document : Php 50,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “medium A” & “small B” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0024 & 25ih0025 – Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys), 25ih0026 & 24ih0106 – Fcsps – Flood Control: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet), 24ih0107 - 24ih0109 - Rcp – Roads: Construction – Pccp Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days 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 (lrr) 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 Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents January 17, 2025 - February 6, 2025 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference January 24, 2025 @ 10:00 A.m. At The Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids February 6, 2025 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) February 6, 2025 Immediately After The Deadline Of Submission Of Bids Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office/ Conference Room, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 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_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 1:00 P.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 February 6, 2025 Immediately After The Deadline Of Submission Of Bids At Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. 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. 12. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The 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. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vicente C. Galecio Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : January 17 - 23, 2025 Dpwh-nsfdeo Bulletin Board

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 19.8 Million (USD 340.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 & Fy 2024 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: 1. Contract Id : 24ih0109 Contract Name : Concreting Of Brgy. Cag-abaca To Brgy. San Julian Fmr, Brgy. Cag-abaca And Brgy. San Julian, Catarman, Northern Samar Contract Location : Catarman, Northern Samar Brief Description/scope Of Work : Construction Of Roads With A Total Length Of 625 Meters (width=3.05m Thk=0.23m), Which Includes Surplus Common Excavation Of 4,018.67 Cubic Meter Embankment From Roadway Excavation Of 5,706.03 Cubic Meter, Grouted Riprap Of 394.40 Cubic Meter, Stone Masonry Of 272.85 Cubic Meter And Structural Concrete Of 100.76 Cubic Meter For Rcbc. Approved Budget For The Contract (abc) : Php 19,899,669.73 Source Of Funds : Fy 2024 Dar-fmr Contract Duration : 222 Calendar Days Cost Of Bidding Document : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “medium A” & “small B” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0024 & 25ih0025 – Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys), 25ih0026 & 24ih0106 – Fcsps – Flood Control: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet), 24ih0107 - 24ih0109 - Rcp – Roads: Construction – Pccp Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days 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 (lrr) 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 Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents January 17, 2025 - February 6, 2025 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference January 24, 2025 @ 10:00 A.m. At The Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids February 6, 2025 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) February 6, 2025 Immediately After The Deadline Of Submission Of Bids Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office/ Conference Room, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 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_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 1:00 P.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 February 6, 2025 Immediately After The Deadline Of Submission Of Bids At Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. 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. 12. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The 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. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vicente C. Galecio Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : January 17 - 23, 2025 Dpwh-nsfdeo Bulletin Board

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Description: 25ih0022-construction Of Multi-purpose Building, Cidg Provincial Office, Camp Carlos Delgado, Barangay Calachuchi, Catarman, Northern Samar , Construction Projects ,department Of Public Works And Highways - Northern Samar 1st Deo

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 14.6 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 & Fy 2024 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: 1. Contract Id : 25ih0026 Contract Name : Construction Of Riverbank Protection Of Main Canal, Downstream Protection, Bugko Diversion Dam, Bugko Ip, Mondragon, Northern Samar Contract Location : Mondragon, Northern Samar Brief Description/scope Of Work : Construction Of 54 Meters Length Of Reinforced Concrete Revetment On A 12m Sheet Pile Foundation Approved Budget For The Contract (abc) : Php 14,699,206.99 Source Of Funds : Fy 2025 Gaa Contract Duration : 146 Calendar Days Cost Of Bidding Document : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “medium A” & “small B” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0024 & 25ih0025 – Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys), 25ih0026 & 24ih0106 – Fcsps – Flood Control: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet), 24ih0107 - 24ih0109 - Rcp – Roads: Construction – Pccp Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days 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 (lrr) 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 Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents January 17, 2025 - February 6, 2025 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference January 24, 2025 @ 10:00 A.m. At The Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids February 6, 2025 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) February 6, 2025 Immediately After The Deadline Of Submission Of Bids Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office/ Conference Room, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 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_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 1:00 P.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 February 6, 2025 Immediately After The Deadline Of Submission Of Bids At Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. 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. 12. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The 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. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vicente C. Galecio Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : January 17 - 23, 2025 Dpwh-nsfdeo Bulletin Board

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Others, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Notice Type: Sources Sought solicitation No: N4008525r2522 response Date: 11/1/2024 2:00 Pm Eastern Time classification Code: Y naics Code: 236220 magnitude Of Construction: Between $25,000,000 And $100,000,000 this Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Naval Facilities Engineering Command, Mid-atlantic Is Seeking Eligible Small Businesses, Hub Zone Small Businesses, Small Disadvantaged Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, And Women-owned Small Businesses Capable Of Performing Design-bid-build, For The P502 Replace Mcas Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina. this Project Will Replace A Circa 1957 Pier With A New Fuel Pier That Meets Mil-hdbk- 1025/department Of Defense (dod) Unified Facilities Criteria (ufc) 2-000-05n, Facility Planning Criteria For Navy/marine Corps Shore Installations, Ccn 151-40, Ufc 4-150-02, Dockside Utilities For Ship Service, Ufc 3-201-01 Civil Engineering, Updated Sept 2020, And Ufc 4-152-01 Design: Piers And Wharves. Construction Will Include A Single Deck Fueling Pier Approximately 40 Linear Feet (lf) Wide And 169 Lf Long With A Pile Supported Concrete Approach That Is Approximately 25 Lf Wide And 200 Lf Long, With A Minimum 20 Lf Wide (inside Curb-to-curb) Vehicle One-way Travel Lane. The Piping Will Be Protected By Curbing On Either Side And Will Also Provide Containment In The Event Of A Leak. connecting The Pier And Approach Is A Section Of The Pier Which Measures Approximately 40 Lf Wide By 63 Lf Long, Creating A Pier Resembling A T Shape. the New Facility Will Be Constructed Concurrently With Demolition Of The Existing Facility, Allowing Ability To Maintain Existing Operations. Once Completed, The New Facility Will Also Serve As A Berthing/mooring Pier For Barges And At The Height Required Due To Slr. Primary Facilities Include New Concrete Piles, Decking, Storage Shed, Mooring Dolphins And Fuel Piping To/from The Loading Arm. Providing New Pier With Fueling Arm So That The Facility Will Have Two Defueling Options Instead Of Just One. This Added Redundancy Will Prove Advantageous In Case Of Maintenance On Either Defueling Access Point. Access To The Existing Small Support Crafts Will Be Maintained Throughout Construction, And The Approach Will Be In Almost The Same Footprint As Original, To Maintain Fuel Services, Temporary Lines May Be Required Or Existing Lines Supported In Place During Demolition And Construction. the Fuel Pier Site Is Located In The 100-year Flood Plain. The 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis Concluded That Equipment Could Be Negatively Affected By Floodwaters Elevated To Two-feet Above The High-water Level Of A Projected 100-year Flood. The Recommended Elevation Was To Be 11.4 Feet. in Sept 2020, The Ufc 3-201-01 Civil Engineering Was Updated For New Requirements, And Was Used In The 2021 Mcas Be Sea Level Rise (slr) Modeling Report. The Report Has Shown The Projected Slr Elevation In Coordination With The Updated Ufc 3-201-01 Civil Engineering, Ufc 3-460-01 Design: Petroleum Fuel Facilities, And Ufc 4-152-01 Design: Piers And Wharves. The Navfac Slr Subject Matter Expert (sme) Advised That P502 Will Fall Within Subcategory 3b: (high Risk, Essential Facilities) From Table 2-1 For Design Flood Elevation In Ufc 3-201-01. The Slr Sme Further Recommended Following The Department Of Defense Regional Sea Level (drsl) Database Approach, To Determine The Pier Deck Elevation. The Second Approach Outlined By Ufc 3-201-01 Is The Drsl Approach That Bases The Design Flood Elevation On The Drsl 2065 High Slr Scenario. Based On The Drsl Approach, The Bottom Of The Deck Would Need To Be At An Elevation Of 14.66 Feet Above Current Sea Level. this Project Includes The Realignment And Elevation Of Quilali Road To The Extent Required In Order To Provide Proper Access And Slope To The New Pier Deck Height. The New Road Will Be Elevated And Extended To Allow For Gradual Grading, With Sloped Embankments And Riprap Revetment On The Waterside To Prevent Erosion. [navfac Structural Engineer] tie-ins To Existing Infrastructure Such As Pump Stations And Storage Tanks Will Be Needed. additional Items Include Flexible Connections Where The Trestle Ties Into The Bulkhead/roadway. There Will Be Around A 6% Slope Along Quilali Road To Accompany The Adjusted Height Of The Pier. There Needs To Be An Elevation Difference Less Than 6.4 Ft From The Shore To The Deck Of The New Wharf. Elevate Parts Of Quilali Road Eight Percent To Support Smooth Transition Of Trucks/mobile Cranes From Trestle To Wharf, And Having A Floating Wharf For Defueling In Accordance With Ufc 4-152-01 Design: Piers And Wharves. [2021 Slr Modeling Report.] the Existing Small Boat Facility Will Have A Gangway Added From The Newly Constructed Pier Along With Connections To A New Water Line. The Length Of The Gangway May Need To Be Altered To Avoid Becoming Too Steep After The Increase In Pier Height Requirement. In Addition, Breasting Platforms May Need To Be Elevated And According To Exwc Report From 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis The Small Boat Facility May Need To Be Replaced Due To Structural Deficiencies And Maintenance Issues. operations And Maintenance Support Information (omsi) Is Included In This Project. facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In The Dod Unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest Practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of Maximizing Energy Efficiency. supporting Facilities Include Utilities And Connections (lighting, Power, And Potable Water Lines), Minor Site Civil Work (riprap, Fill, Etc.) And Site Demolition. Site Demolition Will Include Removing The Existing Decking, Beams, Vertical Piles, Utility Lines, Fuel Piping, Potable Water Piping, And Mooring. Existing Equipment Such As Oil Booms, Etc. Will Be Reused If Available And In Good Condition. Along With The Utilities, The Assumption Is That A Fire Protection Would Be Required In The Form Of A Stand-pipe System. this Project Will Provide Anti-terrorism/ Force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Ufc 4-020-01 Dod Security Engineering Facilities Planning Manual. special Costs Include Post Construction Contract Award Services (pcas), Geospatial Surveying & Mapping, And Cybersecurity Commissioning. facility-related Control Systems Include Cybersecurity Features In Accordance With Current Dod Criteria. dod And Department Of The Navy Principles For High Performance And Sustainable Building Requirements Will Be Included In The Design And Construction Of The Project In Accordance With Federal Laws And Executive Orders. Low Impact Development Will Be Included In The design And Construction Of This Project As Appropriate. facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In Dod unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of maximizing Energy Efficiency. the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220 – Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45,000,000. In Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. The Contract Will Include Far Clause 52.219-14 Limitations On Subcontracting, Which States That “the Concern Will Perform At Least 15 Percent Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.” This Office Anticipates Award Of A Contract For These Services By Nov 2025. it Is Requested That Interested Small Businesses Submit To The Contracting Officer A Capabilities Package, To Include The Sources Sought Contractor Information Form, Sources Sought Project Information Form And Sources Sought Project Matrix, Provided As Attachments To This Notice. the Sources Sought Project Information Form And Sources Sought Project Matrix Shall Be Used To Document A Minimum Of One (1) Fuel Transfer Facility And Up To A Maximum Of Five (5) Relevant Construction Projects Completed In The Past Ten (10) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Project Described Herein. a Relevant Project Is Further Defined As: size: Final Construction Cost Of $10 Million Or Greater. Total Construction Area Of More Than 5,000 Square Feet. scope: Prime And/or Subcontractor With Construction Of Municipal, Governmental, Industrial Fuel Transfer Facility With Reinforced Concrete Pile Supported Waterfront Structure Experience. Fuel Facilities Will Include Fuel Transfer Equipment. complexity: While Also Meeting The Scope Requirements Set Out Above, The Following Complexity Requirements Shall Be Met Collectively By The Projects Submitted, I.e. Each Submitted Project Does Not Require Demonstrated Experience With All Of The Following Components, But Collectively, Experience With All Of The Complexity Elements Below Must Be Established Throughout The Submitted Relevant Projects. Each Project Submitted Must Demonstrate Experience Constructing A New Reinforced Concrete Pile Supported Structure In A Waterfront Environment: dod, Commercial, Or Municipal Fuel Transfer Facility; dod, Commercial, Or Municipal Waterfront Reinforced Concrete Pier. ensure That The Project Description Clearly Identifies Whether The Project Is New Construction Or Repair/renovation, Addresses How The Project Meets The Scope And Complexity Requirements As Delineated Above, And Provides The Final Construction Cost. please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé. a Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Has Been Approved Would Be Required With Your Proposal, If Requested. this Notice Is A Market Research Tool Being Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Ultimate Issuance Of A Solicitation. upon Review Of Industry Response To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. all Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. responses Are Due Nlt 01 Nov 2024, 2:00 Pm Est. the Package Shall Be Sent Via Electronic Mail To Scott Schulz At Scott.c.schulz.civ@us.navy.mil. attachments Are Limited To A Total Of 5mb.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 9.8 Million (USD 169.3 K)
Description: 25ih0023-construction Of Multipurpose Building, Brgy. Uep Zone Ii, Catarman Northern Samar , Construction Projects ,department Of Public Works And Highways - Northern Samar 1st Deo

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 9.8 Million (USD 169.3 K)
Description: 25ih0025-construction Of Multipurpose Building, Brgy. Somoroy, Bobon Northern Samar , Construction Projects ,department Of Public Works And Highways - Northern Samar 1st Deo

City Of Valenzuela Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 79.9 Million (USD 1.3 Million)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 039-const-bldg Dv Abato-ceo-infra-2025 Pcab Min. Required Size Range/category Medium A Name Of Contract Construction Of Building @ Disiplina Village Arkong Bato Brief Description Construction Of Building @ Disiplina Village Arkong Bato Location Brgy. Arkong Bato, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-808 T O T A L Abc (php) 79,907,771.17 (300 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie
3761-3770 of 3895 archived Tenders