Building Construction Tenders
Building Construction Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 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 - Construction Of Road, Phase 10, Barangay Paliparan Iii-barangay Paliparan Ii , Dasmariñas City, Cavite Contract Id No. : 25dq0078 Contract Location : Dasmariñas City, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Approved Budget For The Contract : Php 144,749,973.83 Net Length : 605.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 30, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 92.3 Million (USD 1.5 Million)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 5. 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 Leading To The New Carmona City Hall, Carmona City, Cavite Contract Id No. : 25dq0076 Contract Location : Carmona City, Cavite Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : Php 92,350,406.97 Net Length : 1,138.172 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 30, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 48.9 Million (USD 835.5 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 3. 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 Connecting Barangay Lumil And Barangay Cabangaan, Silang, Cavite Contract Id No. : 25dq0074 Contract Location : Silang, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Approved Budget For The Contract : Php 48,999,922.38 Net Length : 200.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 255 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 30, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Municipality Of Laak, Davao De Oro Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 567.5 K (USD 9.7 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Laak Invitation To Bid 1. The Municipal Government Of Laak, Davao De Oro, Through The General Fund F.y. 2025 Intends To Apply The Sum Of Six Hundred Fifty-seven Thousand Five Hundred Seventy-five Pesos And 55/100 (₱657,575.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Labor And Materials For The Repair Of Mega Tent @ Municipal Ground, Pb(cw) Pr No. 25-0015. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Laak, Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ten (10) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. For This Purpose, Similar Contract Refers To Provision Of Feeder Line, Installation, Testing And Commissioning Of Transformers And Electrical Wirings And Other Related Electrical Projects Which Includes Construction Of Building And Other Similar Structure. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. 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 No. 5183. 5. Interested Bidders May Obtain Further Information From The Municipal Government Of Laak, Davao De Oro And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4 -12, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of ₱1,000.00 For Abc Above 500,000 Up To 1 Million. 7. Bids Must Be Duly Received By The Bac Secretariat, At The Office Address As Indicated Below Through Manual Submission On Or Before February 12, 2025 @ 1:30 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 12, 2025 @ 2:00pm At Bac Secretariat Office, Ground Floor, Mun. Hall Building, Laac (pob.), Laak, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Laak, Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Ground Floor, Municipal Hall Building, Laac (pob.), Laak, Davao De Oro Christopher L. Malayan Municipal Agriculturist Bac Chairperson
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Is A Follow-up Notice To The Previous Sources Sought Notice W9128f24sm017 Posted 31 May 2024. this Notice Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement And The Previously Posted Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. Responses Are To Be Sent Via Email To Brandon.p.landis@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cst, 30 January 2025.questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: Disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location Anddescription:the Upcoming Solicitation Of The Power Independence Mission Control Station (mcs) At Buckley Space Force Base (sfb), Colorado (co) Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). Construction Will Include All Necessary Facilities To Provide Utility And Backup Power To The Space-based Infrared Systems (sbirs) Mission At Buckley Sfb, Co. Facilities To Be Constructed Include A New Power Plant To House The Backup Generators And Spaces For Operational Support; The Backup Generators; Fuel Storage And Fuel Offload Facilities; Commercial Power, New Transformers, Medium Voltage Switches, Manholes, And Underground Primary Distribution Power Lines; Load Bank Connection And Switching Equipment; Replicated Powerplant Controls In The Existing Powerplant Building; And All Associated Support. Provide Full Load Capability Of 3.2mw After Derating For Operational And Environmental Factors With Redundant Capacity Components To Maintain The Power Resiliency Required By The Mission. The Facility Housing The Generators Will Be Structural Steel Columns Or Concrete Masonry Unit. The Facility Will Also Include A Generator Readiness Support Space, Switchgear, And Building Auxiliary Loads. Facility Construction, Electrical Topology, And Other Ancillary Capacity Component Supporting Systems Will Provide Compartmentalization, Redundancy, Concurrent Maintainability, And Automation Features To Isolate Faults And Systems To Ensure The Full Required Load Capacity Is Maintained With Respect To All Facilities Required To Satisfy The Uptime Institute Tier Iv Principles And Its Associated Sustainment Duration Length Requirements And Other Governing Unified Facilities Criteria (ufcs). The Facilities Required To Support The Overall Mission Sustainment Duration Length (that Is, The Bulk Fuel Farm And Distribution To Deliver Fuel To The Portion Of The System Meeting
uptime Institute Tier Iv Principles) Will Be Constructed In An Arrangement Using The Principles Of Uptime Institute Tier Iii For Concurrent Maintainability And Other Governing Unified Facilities Criteria (ufcs). This Requirement Also Includes Construction Of New Transformers To Supply The Sbirs Building From The New Power Plant At A Different Medium Voltage Service Than That From Which The Existing Transformers Are Served; And Providing Redundant Utility Power Distribution To The New Powerplant, Supplied From An Auto Throw-over (ato) Device Via Agreement (or Amendment To An Existing Agreement) With The Utility Provider. This Will Require The
construction Of Associated Site Drainage, Pavement, And Equipment For A New Fuel Offloading Depot Outside The Restricted Area. All Other Work Will Be Performed Within The Protection Level 1 (pl-1) Perimeter Away From The Only Entry Control Facility And Vehicular Gate. The Project Will Demolition Of Adjacent Existing Facilities. This Project Is Authorized Generators, Per Air Force Manual (afman) 32-1062, Paragraph 3.1.14. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01 As Required For The Application And Conditions. project Period Of Performance: 730 Calendar Days From Construction Notice To Proceed (ntp). project Labor Agreement Requirements: Please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details:all Interested, Capable, Qualified (under Naics Code 237990 – Other Heavy And Civil Engineering Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 8 Years. construction Of Power Plants Or Similar To Include Associated Site Features, Utilities, And Infrastructure. construction Of Backup Power Type Complex. construction Of Facilities On A Dod Military Installation. construction Of Ufc 1-200-01, Building Code General Requirements construction Of 1-200-02 High Performance And Sustainable Building Requirements abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. Estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2025. telephone Inquiries Will Not Be Accepted.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 14.7 Million (USD 253.2 K)
Details: Description Invitation To Bid 1. The Dpwh-isabela 1st District Engineering Office, City Of Ilagan, Isabela, Through The Dpwh General Appropriations Act 2025 (epa – Early Procurement Activity) Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-isabela 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id: 25be0032 Contract Name: 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 Concrete Road With Slope Protection Structure At Barangay Villa Luz – Barangay Ragan Norte, Delfin Albano, Isabela Contract Location: Delfin Albano, Isabela Brief Description: Road Concreting: L=0.588 Km (1.176 Lane Km), W=5.00m, Thk=200mm Shoulder: L=0.221 Km (0.442 Lane Km) W=0.50m, Thk=150mm Section2: Retaining Wall ( L=221.00m, Ave. Height=2.25m, Area=497.25 Sq.m.); Rc Box Culvert (3-barrel, 1.50m X 1.80m X 7.00m) With Wing Wall Approved Budget For The Contract (abc) = Php14,700,000.00 Contract Duration: 136 Calendar Days Cost Of Bidding Documents: Php25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D And Bfor License Classification Small B To 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 Contract 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. Gppb Resolution No. 15 – 2021 States, “lifting The Suspension On The Implementation Of The Mandatory Submission Of Philgeps Certificate Of Platinum Registration And Membership In Competitive Bidding And Limited Source Bidding; Amending Sections 8.5.2, 23.1 (a)(ii), 23.3, 24.1 (a)(ii), 24.4.3, 34.3 And 54.6 Of The 2016 Revised Irr Of Ra No. 9184, Items Iv (g)(1) And V (d)(1)(b) As Well As Appendix “a” Of Annex “h” Thereof, Items 4 And 6 Of The Guidelines For The Use Of The Government Of The Philippines – Official Merchants Registry, And Item 1 Of Section Viii And Ix Of The 6th Edition Of The Philippine Bidding Documents For Goods And Infrastructure Projects”, Dated October 14, 2021. In Lieu Of The Above, Prospective Bidders Shall Submit In Their Bid 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). 5. 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. 6. 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 (ra9184), 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. 7. Interested Bidders May Obtain Further Information From Dpwh-isabela 1st District Engineering Office And Inspect The Bidding Documents At The Dpwh-isabela 1st District Engineering Office, Procurement Unit/bac Office, City Of Ilagan, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 7, 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. 9. 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. 10. The Dpwh-isabela 1st District Engineering Office Will Hold A Pre-bid Conference On December 23, 2024 At 10:00 Am At The Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_isabela1st@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 7, 2025 At 2:00 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. 13. Bid Opening Shall Be On January 7, 2025 Immediately After The Deadline Of The Receipt Of Bids At Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 14. The Dpwh-isabela 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Engr. William Patrick B. Berin Engr. John Philip M. Rivera, Dpa Asst. District Engineer/bac Chairman Head, Bac Secretariat Email At: Dpwhisabela1stdeo@gmail.com Procurement Unit Approved By: Maricris A. Antonio Chief, Administrative Section Bac Vice Chairman Noted: Deoferio P. Vehemente, Jr. District Engineer Dates Of Posting: Dpwh And Philgeps Websites-december 16, 2024 To December 22, 2024
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Water Storage And Supply
United States
Closing Date25 Jan 2025
Tender AmountRefer Documents
Description: Sources Sought Notice - P273 Bulk Fuel Storage Tank Hydrant System, Naval Air Station - Whidbey Island (naswi), Wa Construction Project For Building And/or Heavy (nonbuilding/ Residential) Requirements
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Description: 25ka0085 Construction Of Multi-purpose Building (sports Complex), Barangay Halapitan, San Fernando, Bukidnon Barangay Halapitan, San Fernando, Bukidnon 2nd Ld , Construction Projects ,department Of Public Works And Highways - Bukidnon 1st Deo
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Description: 25ka0089 Construction Of Multi-purpose Building , Barangay Aglayan, Malaybalay, Bukidnon Barangay Aglayan, Malaybalay, Bukidnon 2nd Ld , Construction Projects ,department Of Public Works And Highways - Bukidnon 1st Deo
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 24.5 Million (USD 422.1 K)
Details: Description Invitation To Bid 1. The Dpwh-isabela 1st District Engineering Office, City Of Ilagan, Isabela, Through The Dpwh General Appropriations Act 2025 (epa – Early Procurement Activity) Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-isabela 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id: 25be0034 Contract Name: 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 Concrete Road Along Lingaling-calamagui West Road, Santa Maria, Isabela Contract Location: Santa Maria, Isabela Brief Description: Road Concreting: L=2.515 Km (5.030 Lane Km), W=5.00m, Thk=0.23m Metal Guardrail (metal Beam) Including Post , Single, W-beam W/ Metal Beam End Piece, Bull Nose=115.00 Ln.m. Approved Budget For The Contract (abc) = Php24,500,000.00 Contract Duration: 117 Calendar Days Cost Of Bidding Documents: Php25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D And Bfor License Classification Small B To 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 Contract 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. Gppb Resolution No. 15 – 2021 States, “lifting The Suspension On The Implementation Of The Mandatory Submission Of Philgeps Certificate Of Platinum Registration And Membership In Competitive Bidding And Limited Source Bidding; Amending Sections 8.5.2, 23.1 (a)(ii), 23.3, 24.1 (a)(ii), 24.4.3, 34.3 And 54.6 Of The 2016 Revised Irr Of Ra No. 9184, Items Iv (g)(1) And V (d)(1)(b) As Well As Appendix “a” Of Annex “h” Thereof, Items 4 And 6 Of The Guidelines For The Use Of The Government Of The Philippines – Official Merchants Registry, And Item 1 Of Section Viii And Ix Of The 6th Edition Of The Philippine Bidding Documents For Goods And Infrastructure Projects”, Dated October 14, 2021. In Lieu Of The Above, Prospective Bidders Shall Submit In Their Bid 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). 5. 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. 6. 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 (ra9184), 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. 7. Interested Bidders May Obtain Further Information From Dpwh-isabela 1st District Engineering Office And Inspect The Bidding Documents At The Dpwh-isabela 1st District Engineering Office, Procurement Unit/bac Office, City Of Ilagan, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 7, 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. 9. 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. 10. The Dpwh-isabela 1st District Engineering Office Will Hold A Pre-bid Conference On December 23, 2024 At 10:00 Am At The Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_isabela1st@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 7, 2025 At 2:00 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. 13. Bid Opening Shall Be On January 7, 2025 Immediately After The Deadline Of The Receipt Of Bids At Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 14. The Dpwh-isabela 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Engr. William Patrick B. Berin Engr. John Philip M. Rivera, Dpa Asst. District Engineer/bac Chairman Head, Bac Secretariat Email At: Dpwhisabela1stdeo@gmail.com Procurement Unit Approved By: Maricris A. Antonio Chief, Administrative Section Bac Vice Chairman Noted: Deoferio P. Vehemente, Jr. District Engineer Dates Of Posting: Dpwh And Philgeps Websites-december 16, 2024 To December 22, 2024
4541-4550 of 4644 archived Tenders