Chain Link Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date16 May 2025
Tender AmountRefer Documents
Details: Project Update 23 April 2025: Amendment No 0002 Is Issued. ******************************************** project Update 16 April 2025: Amendment No. 0001 Is Issued. ********************************************* project Update 10 February 2025: The Bidder Site Survey Attendance Sheet Is Attached. Site Survey Was Held On 7 February 2025. ********************************************** solicitation Notice Update 15 January 2025: The Project Magnatude Is Corrected As Follows - project Magnitude: Between ¥100,000,000 And ¥500,000,000 (japanese Yen) (fars 36.204) ********************************************** the U.s. Army Corps Of Engineers, Japan District (poj) Is Providing A Solicitation Notice Pursuant To Far 36.213-3 For An Upcoming Invitation For Bid (ifb). project Information project Title: Replace Afn Radio Transmission Tower, Camp Kinser project Location: Okinawa, Japan product Service Code (psc): Z2bg – Repair Or Alteration Of Electronic And Communication Facility naics Code: 236220 – Commercial And Institutional Building Construction project Magnitude: Between ¥100,000,000,000 And ¥500,000,000,000 (japanese Yen) (fars 36.204) construction Type: Design-bid-build (dbb) Construction project Description: this Project Is To Replace The American Forces Network (afn) 300-feet (91.44 Meters) Amplitude Modulation (am) Medium Frequency Antenna System Tower And Install New Radials. The Project Is Located At Camp Kinser Transmitter Site, Near Building 951, Okinawa, Japan. The Existing Afn Am Radio Transmission Tower Antenna System At Camp Kinser Will Be Replaced By A New Cylindrical Guyed Tower Antenna System. The New Antenna System Will Consist Of A New Cylindrical Guyed Tower Mast, Antenna Tuning Unit (atu) And Bonded Guy Wire To The Top Of The Tower (insulated Such To Provide An Effective 379.5-feet (115.67 Meters) Of Antenna Length). Electrical Scope Of Work Will Include The Removal Of The Existing Overhead Power Feeder For The Existing Tower, And Provision Of New Underground Feeder, New Led Fencepost Lighting And Weatherproof Receptacles, And Power Connections To Supplement The Function Of The New Antenna System. Structural Work Will Include Demolition And Provision Of A New Afn Radio Transmission Tower System And The Demolition And Provision Of New Tower And Guy Wire Foundations. Civil Work Scope Will Include Support To Construction Activities Such As Minor Grading Work For The New Antenna Tuning Unit (atu) Pad And Areas Directly Above New Foundations, Removal And Providing New Typical Precast Concrete Chain Link Fence Around The Area Directly Below The Tower That Will Be Affected By The Tower Demolition Work, And Fence Affected By The Required Site Access To The Project. solicitation Information: procurement Method: Invitation For Bid (ifb) Solicitation. the Government Intends To Award A Firm-fixed-price Construction Contract As A Result Of The Ifb. all Interested Companies Shall Be Actively Registered In The System For Award Management (sam) Database In Order To Be Eligible For Award Of Government Contracts. Information On Registration And Annual Confirmation Requirements May Be Found At Http://www.sam.gov. For A Joint Venture, The Joint Venture As An Independent Entity Must Be Registered In Sam As Such. only Local Sources Will Be Considered Under This Solicitation. This Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under This Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform In Japan, The Type Of Construction Work Specific In This Solicitation. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. Offerors Are Required To Be Registered With The Government Of Japan To Do Construction Work In Japan And Possess Necessary Construction Licenses And Permits To Perform Work Required Under This Solicitation At The Time An Offer Is Submitted. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran2.mlit.go.jp/takken . The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. u.s. Army Corps Of Engineers, Japan District, Poc: primary: norman Roldan contract Specialist 098-970-9041 norman.roldan@usace.army.mil alternate: jack T. Letscher contracting Officer 098-970-4402 jack.t.letscher@usace.army.mil
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:30 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents
Details: Section A Notice To Contractors Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On March 3, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On February 18, 2025 At 2:00 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Municipal Corporation Tender
Civil And Construction...+1Electrical and Electronics
Eprocure
India
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.1 Million)
Details: 1) Construction of Beautification, Elctrification, Main Entry Gate at Chhatrapati Shiwaji Park in P.No.06 2) Construction of Concret road from Gajanan Way Bridge to APMC Market Gate in p no. 06 3) Construction of Cement Concrete Road from Shri Ajay Vishnu Patil to Shri Nitin Patil House at Dabki Village P No 08 4) Construction of Sabhagruh at Gurudutta Nagar,Shri Namdev Maharaj Mandir Open Space P No 08 5) Construction of Cement Concrete Road from Shri Wankhade to Open Space at Gokarna Park P No 08 6) Construction of Cement Concrete Road from Shri Bulbule House to Shri Shingne Sir House at Gokarna Park P No 08 7) Construction of Drain at Gokarna Plot Shri Bhiwate to Raghav Tale House P No. 08 8) Construction of Chain Link Compound Wall to Open Space near Paraskar School at Gurudutta Nagar P No.08 9) Construction of Drain at Laxmi Nagar Shri Ingle to Shri Ujjainkar to Canal P No. 08 10) Construction of Chain Link Compound Wall to Open Space near Mahakali Mandir at Asara Nagar P No.08 11) Construction of Drain at Gajanan Nagar Shri Galli No. 2 from Shri Parkhi to Shri Khandare House P No. 08 12) Construction of Cement Concrete Road from Shri Hanuman Mandir to Shri Anil Wankhade at Gajanan Nagar P No 08 13) Construction of Cement Concrete Road from Jain Kirana to Shri Jagdish Mankar at Gajanan Nagar P No 08 14) Construction of Cement Concrete Road from Shri Bahekar ti Shri Bhud, Shri Zhaparde to Shri Ubhe Sir & Shri Shinde to Shri Ujjwal Bade at Manorath Nagar P No 08 15) Construction of Cement Concrete Road from Shri Bhise to Shri Ingle House to Open Space at Awade Colony P No 08 16) Construction of Cement Concrete Road from Ashray Residency to Dabki Road to Hari Om Cement Shop to Shri Chipade at Ashray Nagar P No 08 17) Construction of Cement Concrete Road from Shri Ramdas Pohare to Canal Road at Raghuvir Nagar P No 08 39) Beautification Of Shri. Chatrapati Shivaji Maharaj Chowk At Shivar in P.No.13 40) 1) Construction of Concrete Service Line Beside Shri Vinod Taywale. 2) Construction of Concrete Road From From Shri Pravin Kalane to Shri Gawande. 3) Construction of Concrete Drain & Service Line From Shri Unkadrav Sonone to Shri Pravin Kalane. 4) Construction of Concrete Drain, Service Line & Culvert From Shri Manoj Bharde to Bhattad in Ara Mashion. 5) Construction of Concrete Drain & Road From Shri Prashant Sable to Shri Santosh Agrawal in Dwarka Nagari 6) Construction of Concrete Drain & Service Line From Shri Rameshwar Gond to Asara Chakki in Indian Gym 7) Construction of Concrete Service Line From Shri Gajanan Maharaj Mandir to Shri Ghonge in Mukund Nagar in P.No. 13 42) Construction of Walking Track & Beautification In Ravi Nagar Open Space at P.No.13 43) Construction of Sabhagruh In Open Space Front of Shri Navkar House At Gokul Colony In P. No. 13 44) Construction of Concrete Road At Sudhir Colony In P.No. 13 45) Beautification of Open Space Infront of Shri Lokhande House At Sudhir Colony In P.No.13 46) Development & Beautification of Road From National Highway 06 to Azad Chauk to Datta Nagar to Hanuman Mandir to Azad Chauk and Auto Stand to Shri Dhore and Shri Jayprakash Sabale to Shri Subhash More to Bhima Gawai and Shri Gajanan Maharaj Mandir to Shri Deshmukh in Shiwar In P.No. 13 47) Providing and Fixing Information Sign Board in Shashtri nagar Road & Gokul Colony Road at P.No. 13 48) 1) Construction of Concrete Road From Shri Chande to Shri Shegokar 2) Construction of Concrete Road From Shri Rathod to Shri Ladakhedkar to Shri Fulase to Shri Vike. 3) Construction of Concrete Drain & Culvert From Siddheshwar Ganpati Mandir 4) Construction of Concrete Road From Shri Desai to Shri Pali in P.No. 13 49) 1) Construction of Concrete Road Infront Of Shri Umale House in Mukund Nagar in P.No. 13 50) Construction of Public Toilet Block in Jawahar Nagar Chhatrapati Sambhaji Maharaj Park Shastri Nagar Hanuman Mandir Open Space at P.No. 13 51) Construction of Paving Block in Open Space in Ganpati Mandir in Shastri Nagar at P.No.13 53) Construction of Tar Road With WBM From Kailas Bhadake To Ganeh Jakate House At Malkapur In P No 14 54) Construction of Tar Road With WBM From Hivarale Major To Ganesh Sarnaik & Sheje To Wagh House At Malkapur In P No 14 55) Construction of Tar Road With WBM From Dilip Vagare To Damodare House At Malkapur In P No 14 56) Construction of CC Drain From Kothikar Duplex To Athavale To Ajay Nagpure Appartment Near Ashram At Malkapur In P No 14 57) Construction of Chainlink fencing Compound To Sarnath Bauddha Vihar Near Bhande Collage At Malkapur In P No 14 58) Construction of Sabhamandap Near Hanuman Mandir At PKV Colony Malkapur In P. No. 14 59) Construction of CC Road From Shri Santosh Wankhade To Amol Kale House At Malkapur In P No 14 60) Construction of Tar Road From Shri Gawande To Deshmukh House At Malkapur In P No 14 61) Construction of Sabhagruh Near Tuljaai Appartment Smashan bhumi Road Juni Wasti Malkapur In P No 14 62) Providing And Fixing Paving Blocks At Pola Location Junegaon Malkapur In P. No. 14 63) Construction of CC Road From MIDC Road To Barbi House At Malkapur In P No 14 64) Construction of Tar Road From Shri Dhenge House Yogiraj welding Work Shop To State Bank Colony At Malkapur In P No 14 65) Construction of CC Drain From Umak house To Sitara Tower Malkapur Road At Malkapur In p No 14 66) Construction of CC Drain From Abhang Appartment To Mangesh Wankhade House At Malkapur In p No 14 67) Construction of Tinshed At Gajanan Maharaj Mandir Malkapur In P. No. 14 68) Construction of CC Drain From Khatade To Deshmukh House At Malkapur In P No 14 69) Construction of CC Road From Shri Jayale To Dandale House At Malkapur In P No 14 70) Construction of Tar Road From Ajay Wankhade House Anil Wasnik To Nasir To Anand Buddha Vihar At Shivani In P No 14 71) Construction of Tar Road From Jaybhay House To Pachpor Blue Lotus School At Buddha prakash Colony Shivani In P No 14 72) Construction of CC Drain From Gautam Pachpor House To Jamil Bhai Kirana Shop At Jetvan Nagar Shivani In P No 14 73) Construction of Sabhamandap Near Devi Mandir At Ram Nagar Shivani In P. No. 14 74) Construction of Sabhamandap Infront Of Rajesh Wagare House At Basera Colony In P. No. 14 75) Construction of Chainlink fencing Compound To Surekha nagar Open Space At Malkapur In P No 14 92) Construction of Tar Road Back Side Of Khatu Shyam Mandir Hindu Smashan Bhumi To Main Road , In P.No. 17 124) Construction of CC Drain from Bhojane house to Wayatkar house at Mauli Nagar in P.No. 20 125) Construction of CC Drain from Balu Vairale house to Bhoyar house at Khadki in P.No. 20 126) Construction of Culvert infront of Bochare house at Santosh Nagar in P.No. 20 127) Construction of CC Road from Dangte Square to Yogesh Kuchar house at Z. P. Colony, Khadki in P.No.20 128) Construction of CC Road Mangrulpir Road to Ashutosh Chavhan house at Surya Garden Khadki in P.No.20 129) Construction of Tar Road From Pritam Deshmukh to Khanduji Walse house at Balaji Nagar in P.no. 20 130) Construction of CC Drain from Jadhav to Deshmukh house, Sandip Kharad to Gurav house at Khadki Gaothan and Construction of CC Road from Swami Samarth Kendra to Punde house at Sitaram Nagar Date Layout, Khadki in P.No.20 131) Construction of CC Road from Kakad house to Bhagat house and remaining portion infront of Swami Samarth Kendra Main Gate at Sant Nagar, Khadki in P.No.20 132) Construction of CC Road Jadhav house to Dandage house behind More Market Khadki in P.No.20 133) Construction of CC Drain from Wankhade house to Bopte house at Sant Nagar in P.No. 20 134) Construction of WBM Road from Nandkishor Rajaram Ingle house to Sopinath Maharaj Mandir to Ganesh Khatode house at Mhada Colony, Khadki in P.No.20 135) Construction of CC Road from Solid waste Management center to Vitthal Mahalle house at Khadki in P.No.20 136) Construction of Chainlink fencing, providing and fixing Pavers and Beautification at Sant Gadge Baba Open Space, Shivapur in P.no.20 137) Construction of CC Drain from Sane Guruji School to Someshwar Mandir at Santosh Nagar in P.No. 20 138) Construction of Walking track, Chainlink fencing at Someshwar Mandir Open Space, Santosh Nagar in P.no.20 139) Construction of Sabhagruh infront of Ramesh Raut, Sadanand Kakad, Pallavitai Joshi Open Space at Mhada Colony In P. No. 20 140) Construction of CC Road from Dilip Deshmukh house to Shiva Bhade house to Sant Gajanan Maharaj Provision at Kothari Watika 04 in P.No.20 141) Concreting in Service line from Sahyog apartment to Jadhav Tailor house near Ganpati Mandir at Giri Nagar in P.No. 20 142) Construction of CC Road Maharaj Vihar to Gajanan Apartment at Madhav Nagar in P.No.20 143) Construction of CC Drain from Manskar house to Kedia house at Yashwant Layout in P.No. 20
Bohol Island State University Tender
Others
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 67 K (USD 1.1 K)
Details: Description " Republic Of The Philippines Bohol Island State University Cpg North Avenue, Tagbilaran City, 6300, Bohol, Philippines Office Of The Campus Procurement Balance I Integrity I Stewardship I Uprightness" Request For Quotation The Bohol Island State University - Main Campus Through Its Bids And Awards Committee (bac) Will Undertake Negotiated Procurement - Small Value Procurement For: Name Of Project Pr No. 2025-01-0054 – Supply And Delivery Of Gad Tokens For Gad Activities Solicitation Bisumc-svp-25-03-011 Location Tagbilaran City, Bohol Brief Description Procurement Of Goods And Services Quantity Please See Attached Quotation Form Approved Budget For The Contract (abc) Php 67,050.00 Contract Duration 30 Calendar Days After Receiving The Final Proof Please Quote Your Lowest Price On The Item/s Listed Below And Submit Personally Or Via Email At Pscms@bisu.edu.ph Your Quotation Not Later Than March 19, 2025 @ 9:00 Am At The Bids And Awards Committee Secretariat Office, Bohol Island State University - Main Campus. Marilou C. Miculob Chairperson, Bac Terms And Conditions: 1. Only The Suppliers Registered At The Philippine Government Electronic Procurement System (philgeps) Shall Be Allowed To Submit The Quotation. 2. All Entries Must Be Typewritten/printed/written Legibly In The Rfq Form. Failure To Use This Form Will Result To Disqualification Of Your Bid. 3. Late Submission Of Quotation Shall Not Be Accepted. 4. Bids Exceeding The Abc Shall Be Disqualified. 5. The Lowest/single Bidder Shall Submit The Following Additional Requirements At Least 14 Days After The Opening Of Quotation: A. Mayor's Permit B. Omnibus Sworn Statement 6. Award Of Contract Shall Be Made To The Lowest Quotation, And Complies With The Specifications And Other Terms And Conditions As Stated In The Rfq. 7. Terms Of Payment Shall Be Made Through Check Payable To The Supplier. 8. The Bisu- Main Campus Reserves The Right To Reject Any Or All Bid Proposals, Or Declares The Bidding A Failure, Or Not To Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation. _________________________ Company Name _________________________ Company Address Item No. Qty. Unit Item Description Unit Cost Total Cost 1 120 Piece "gad Advocacy Key Chain Feature: Metal Split Key Ring With A Minimum Of 4 Chains Link Brand Design Size: Approx. 2 Inches X 2 Inches Material: Soft Pvc Print Color: Please Refer To The Color Palette Of The Design To Be Provided" 2 75 Piece Customized Design Gad Tumblers, 500 Ml, Stainless Steel (hot/cold) Double-wall Insulation Xxxxxxxxxxxxxxxxxxxxxxxxxxx Total Delivery Period: Warranty: Price Validity: Philgeps Registration No.: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Signature Over Printed Name Tel No./cellphone No. Email Address
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description Invitation To Bid For The Construction Of Perimeter Fence At Shilan Communal Forest 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of One Million Three Hundred Eighty-three Thousand Five Hundred Eighty-one And 76/100 Pesos (php1,383,581.76) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Perimeter Fence At Shilan Communal Forest (pow-8751-2024-shn-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-shn-01 Name Of Project: Construction Of Perimeter Fence At Shilan Communal Forest Project Location: Shilan, La Trinidad, Benguet Contract Duration: 121 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done Spl. A Project Billboard Spl.b.1. Temporary Facilities Spl.b.7. Construction Health And Safety Program Spl.b.9. Mobilization/demobilization Spl. C Clearing And Grubbing Spl. D Individual Removal Of Trees Spl. E Excavation Spl. F 804(4) Manual Hauling Of Materials (by Time Spotting) Gravel Bedding 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A (minor Structures) 1046 100mm Chb (including Reinforcing Steel) 604(2) Fencing (chain Link Fence Fabric) Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck 1 Unit One Bagger Mixer 2 Unit Concrete Vibrator 1 Unit Water Truck (1000 Gal) 1 Unit Welding Machine 1 Unit Dump Truck 1 Unit Chainsaw 37 Piece G.i Pipe 1-1/2” X 6m 34 Piece Clamp 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10 – February 26, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On February 19, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before February 26, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 26, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 616.3 K (USD 10.6 K)
Details: Description Invitation To Bid For The Construction Of Perimeter Fence At Alapang Communal Forest 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Six Hundred Sixteen Thousand Three Hundred Twenty-five And 64/100 Pesos (php616,325.64) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Perimeter Fence At Alapang Communal Forest (pow-8751-2024-ala-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-ala-01 Name Of Project: Construction Of Perimeter Fence At Alapang Communal Forest Project Location: Alapang, La Trinidad, Benguet Contract Duration: 77 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done Spl. A Project Billboard Spl.b.1. Temporary Facilities Spl.b.7. Construction Health And Safety Program Spl.b.9. Mobilization/demobilization Spl. C Clearing And Grubbing Spl. D Excavation Spl. E Manual Hauling Of Materials (by Time Spotting) 804(4) Gravel Bedding 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A (minor Structures) 1046 100mm Chb (including Reinforcing Steel) 604(2) Fencing (chain Link Fence Fabric) Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck 1 Unit One Bagger Mixer 2 Unit Concrete Vibrator 1 Unit Water Truck 1 Unit Welding Machine 37 Piece G.i Pipe 1-1/2” X 6m 34 Piece Clamp 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10 – February 19, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (php1,000.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a). 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before February 19, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 19, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date12 Jan 2025
Tender AmountRefer Documents
Details: The Navsup Fleet Logistics Center, Puget Sound Is Conducting A Market Survey To Determine The Interest And Capability Of Industry To Participate In A Competitive Acquisition For The Hydro Pneumatic Submarine Fenders And Accessories As Follows: technical Specifications: (2) New Hydro-pneumatic Submarine Fenders (black); Meeting Iso Standards 17357-1:2014 size: 4.5 X 9.0m Long And 3.3m Diameter X 10.6m Length yokohama, Original, Vertically Positioned, 0.8kgf/cm² Internal Pressure (0.5kgf/cm² Operating Pressure) minimum Burst Pressures Shall Be No Less Than 5.7 Kgf/cm² installed Psi Gauges modified Top Plate That Allows For Testing Of The Safety Valve In Operation each Hydro-pneumatic Submarine Fender Body Is To Be Constructed With An Outer Rubber Layer, Reinforcing Cord Layers And An Inner Rubber Layer all Three Layers Are To Be Bonded Together By A Combination Of Heat And Pressure Over A Period Of Time In A Vulcanizing Oven to Provide Maximum Strength And Safety, The Outer Skin Of A Submarine Fender Must Be Thicker Than The Normal Surface Fender once Completed, The Fenders Are To Be Pressure Tested Before Release flange Openings Shall Be Sited At The Top End Of The Fender In Order To Facilitate Watercharge And Discharge fender Shall Be Fitted With A Safety Valve To Enable Excess Pressure To Be Released, Shouldover-compression Or Over-inflation Occur minimum Accessories Per Fender: (1)counterweight 8 No 17-ton Safety Bow Shackles 2 X 12 M Lengths Of 40 Mm Open Link Chain 1 X 20 M Length Of 32 Mm Open Link Chain 3 X Chain Links @ 38 Mm 2 X 6 M Lengths Of Layflat Hose 1 X 35-ton Safety Bow Shackle 2. Testing 2.1 The Manufacturer Shall Perform All Hydro-pneumatic Fender Testing And Successfully Meet The Requirements Of Iso 17357:2002. 3. Preservation, Packaging, Packing & Marking Requirements: 3.1 All Hydro-pneumatic Fenders Shall Be Marked In Accordance With Clause 10 Of Iso 17357:2002(e), Which Includes: -size (diameter And Length) -initial Internal Pressure -date Of Manufacture Or Its Abbreviation -full Or Abbreviated Name Of Manufacturer -individual Serial Number -type Of Reinforcement Layer -for The Markings Of The Manufacturer, For Internal Pressure Rating And Size, Letter Heights Shall Be 100 Mm Minimum And Of A Suitable Finish To Enable Clear Identification. -marking/numbering Of Fender Storage And Installation Containers Shall Be According To Iso 6346, And The Date-made And Manufacturer Shall Be Identified By Additional Marking. fenders Are Required To Be Original Brand Name Only Yokohama Brand And Must Fully Comply With Iso 17357-1:2014 Delivery For Use Shall Be Naval Base Kitsap, Bremerton, Wa. commander Navy Region Northwest (cnrnw) Port Operations Is A Service-oriented Program That Directly Contributes To The Current And Future Readiness Of The Fleet. Port Operation’s Job Is To Help Provide “installation Ready To Support Taskings” And Thereby Enhance Readiness Of The Fleet Through Berthing And Hotel Services, Port Logistics, Port Operations Center, Tug And Small Craft Services, Magnetic Silencing Facility, Oil Spill Response And Recovery. in Order To Maintain Consistent And Reliable Shore Support, Cnrnw Requires The Replacement Of It’s Berthing Equipment As Required Due To Regular Use And Ecological Wear. fleet Logistics Center Puget Sound Anticipates Awarding A Single Firm-fixed-price Contract For These Commercial Supplies. the Naics Code For This Acquisition Is 325212, Synthetic Rubber Manufacturing, And The Size Standard Is 1,000 Employees. These Services Are Highly Technical And Are Not Covered By The Service Contract Act. The Purpose Of This Notice Is To Gather Information About Available Businesses That Can Provide The Required Supplies In Accordance With The Salient Characteristics Included The Attached Statement Of Work (sow). in Response To This Sources Sought Synopsis, Please Provide, Via E-mail Only; Your Cage, Point Of Contact To Include A Phone Number And Email Address, And Whether Your Company Is Large, Small, Disabled Vet, Woman Owned, Sdb, Or Hub Zone. Interested Parties Are Allowed To Submit A Capabilities Statement Which Does Not Exceed 5 Single Spaced Pages/times New Roman Font/12pt. Capabilities Shall Include A Clear Demonstration Of Successful Performance In The Same Or Similar Skills And Expertise Areas As Well As, The Contractor’s Resources In Cleared Personnel, And Intellectual Property, If Applicable. Please Note Experience And Capabilities Specific To The Requirement Set Forth In The Sow. No Brochures Please. this Synopsis Is Not A Request For Proposal. It Is A Market Research Tool Being Utilized To Determine The Availability And Adequacy Of Potential Competitive Sources Prior To Issuing A Request For Proposal (rfp). the Government Is Not Obligated To And Will Not Pay For Information Received As A Result Of This Synopsis. A Draft Statement Of Work Is Attached. interested Parties Should Submit Above Information In Electronic Microsoft Word Or Pdf Format To The Contract Specialist, Nicole Logan, Via Email To: Nicole.d.logan.civ@us.navy.mil . Submissions Must Be Received Via Email No Later Than The Date And Time Listed In This Synopsis. Questions Or Comments Regarding This Notice Shall Be Addressed To The Contract Specialist In Writing And Via Email Only. No Phone Calls Will Be Accepted.
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 52600pr250000065applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
the U.s. Coast Guard, Surface Acquisition Logistic Center (salc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First.
basis For Award: This Solicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Lowest Priced Technically Acceptable Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1. There Are No Adjectival Ratings Nor Will Award Be Based On A Best Value Tradeoff Basis. All Quote’s Will Be Evaluated For Who Meets All The Technical Requirements, Next Who Meets Our Deadlines And Finally What Is The Lowest Cost.
all Quotes Shall Be Emailed To Nigel Mcintyre Via Nigel.a.mcintyre@uscg.mil All Emailed Quotes Shall Have 52600pr250000065in The Subject Of The Email. item Is2 Feet (ft) Diameter X 4 Feet (ft) Length Standard Capacity Foam Filled Netless Fender Qty:16, Fenders Meet The Below Standards tested In Accordance With Pianc Guidelines. constructed To Us Coast Guard/ Navy Specifications. thick, Tough Filament Nylon Reinforced Non-marking Urethane Skin heat Laminated Closed Cell Energy Absorbing Foam Care. integral Swivel End Fittings Internally Connected With A Heavy Duty Stud-link Chain most Be Delivered To: uscg Salc Ctd 700 Ordanance Rd baltimore, Md 21226 skc Nigel Mcintyre
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date9 May 2025
Tender AmountRefer Documents
Details: Description
solicitation Number: 36c78625b0024
project Number: Los Angeles Ca 898-034/036 New Maintenance Complex, Correct Fca Deficiencies this Notice Is Provided For Information Purposes Only And Does Not Constitute A Request For Bid, Proposal, Or Quote.
the Department Of Veterans Affairs (va), National Cemetery Administration (nca) Intends To Issue Solicitation Number 36c78625b0024 Entitled, Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies On Or About May 9, 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled. scope Of Work:
the Contractor Shall Furnish All Labor, Materials, Equipment, Tools, Supplies, Services, And Supervision To Perform Landscape Irrigation Work Described Herein To Construct New Maintenance Complex And Correct Fca Deficiencies At Los Angeles National Cemetery (lanc), Located In Los Angeles California. work Will Be Accomplished In Accordance With Va Requirements, Federal, State, And Local Code Requirements.
all Work Will Be Conducted In Such A Manner As To Minimize The Impact On The Cemetery Operations. Submission Of A Schedule That Minimizes The Effect Of Normal Operations On The Cemetery Shall Be Approved By The Contracting Officer S Representative (cor) And Cemetery Director Prior To The Start Of Work.
description/statement Of Work/specifications
description:
project Constructs A New Maintenance Complex And Corrects Fca Deficiencies At Los Angeles National Cemetery
the Work In This Project Includes But Is Not Limited To: Security Camera Installation It Room Upgrades Front Entry Gate Roadway Repair Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation contractor Shall Inspect The Los Angeles National Cemetery Grounds Where The Work Is To Be Completed And Ascertain The Work Deemed Necessary And Required To Complete The Work Outlined Herein (failure Of The Contractor To Fully Inspect The Buildings And Grounds Prior To Performing The Work Shall Not Relieve The Contractor From Performing In Accordance With The Intent And Meaning Of The Specifications Without Additional Cost To The Government). the Contractor Shall Submit An After Inspection Report Of Contractor S Findings, Listing Any Deficiencies Found And Recommendations To The Cor And Contracting Officer For Review And Approval Prior To Commencing Any Work. the Work Shall Include All Aspects Of The Work Needed To Complete The Removal Of Existing Structures, New Facility Construction, Alterations, Excavation And Regrading, Walks & Pavers, Grading, Signage, Curb & Gutter, Drainage, Utility Systems As Shown On The Drawings As Stated And Described Herein And Shall Be In Full Compliance With All Related Specifications Requirements, Including, But Not Limited To, The Contractor Providing All Required Necessary Permit(s). All Work Required To Achieve The Satisfactory Performance Results Shall Be At The Contractor's Expense With No Additional Costs To The Government. period Of Performance
the Contractor Shall Complete All Work Including Submittals, Reviews, Quality Control, Repair/construction Services, Punch List Corrections, Clean Up, Invoicing And Closeouts Documentation Submittal Within Three Hundred Sixty Five (365) Calendar Days Of Government Issuance Of The Notice To Proceed. place Of Performance
department Of Veterans Affairs
national Cemetery Administration
los Angeles National Cemetery
950 S Sepulveda Blvd, Los Angeles, Ca 90049 the Product Service Code (psc) For This Procurement Is Y1pz - Construction Of Other Non-building Facilities.
the North American Industry Classification System (naics) Code For This Procurement 236220 Commercial And Institutional Building Construction, And The Business Size Standard Is $45.0 Million.
per Far 36.204, The Magnitude Of Construction For This Project Is Between $5,000,000 And $10,000,000.
the Full Solicitation, Specifications And Drawings Will Be Posted On Contract Opportunities On Or About May 9, 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled At Sam.gov. The Response Submittal Address, Date And Time Will Be Included In The Solicitation. as Noted, This Procurement Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns. Only Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Rejected As Non-responsive. Offers Received From Concerns That Are Not Service-disabled Veteran-owned Small Business (sdvosb) Concerns Shall Not Be Considered. (see Vaar Clause 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.) to Be Eligible For Award, The Sdvosb Must Be Considered Small Under The Relevant Naics Code And Must Be Registered And Verified In The Following Websites: Those Desiring To Receive An Award From This Solicitation Must Be Registered At Https://veterans.certify.sba.gov/. Companies Must Have The Certified Veteran Enterprise (cve) Seal On Their Registration To Be Considered For An Award. The Vip Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award; Firms Must Be Currently Registered In The System For Award Management (sam) Database At Www.sam.gov And Have Completed Online Representations And Certifications Prior To Contract Award. in Accordance With Vaar 819.7003(b), At The Time Of Submission Of Bids, And Prior To Award Of Any Contracts, The Offeror Must Represent To The Co That It Is (1) Sdvosb Eligible Under Vaar Subpart 819.70; (2) Small Business Concern Under The Naics Code Assigned To This Acquisition; And (3) Sdvosb Listed As Verified In Vip Database At: Https://veterans.certify.sba.gov/. interested Bidders Will Be Required To Furnish A Bid Bond; And The Awarded Contractor Will Be Required To Provide Performance And Payment Bonds. this Presolicitation Notice Is Not An Invitation To Submit A Bid. the Contracting Officer And Point Of Contact For This Solicitation Is Michael Giaquinto At Michael.giaquinto2@va.gov. Telephone Requests Will Not Be Accepted. end Of Document
2201-2210 of 2230 archived Tenders