Civil Engineering Tenders

Civil Engineering Tenders

Municipality Of Kabayan, Benguet Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid The Municipality Of Kabayan, Through The Annual Performance Budget Intends To Apply The Amount To The Corresponding Project (enumerated Below) With Its Own Identification Number And Other Details Being The Abc To Payments Under The Contract For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract Ref. No. : Project Identification No. : Infra Oct 2024-101 Name Of Contract : Improvement Of Bangao Provincial Road Junction To Turning Point Location : Gusaran, Kabayan, Benguet Brief Description : Pccp Min. Required Equipment : One-bagger Concrete Mixer, Water Truck, Concrete Vibrator, Bar Cutter, Concrete Saw, Cargo/ Service Truck Min. Key Personnel : 1 Civil Engineer With At Least Three Years Of Relevant Experience Contract Duration : 32 Cd Abc (source Of Fund) : Php 100,000.00 (gf 2024) The Municipality Of Kabayan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required As Indicated Above Referred To As Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Interested Bidders May Obtain Further Information From Municipality Of Kabayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 12, 2024 At The Bac Office, Municipal Building, Poblacion, Kabayan Upon Payment Of The Applicable Fee For The Bidding Documents (see Table On The Below). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Approved Budget (in Peso) Cost Up To 100,000.00 500.00 Above 100,000.00 - 250,000.00 750.00 Above 250,000.00 - 500,000.00 1,000.00 Above 500,000.00 - 1,000,000.00 1,500.00 Above 1,000,000-5,000,000.00 2,500.00 The Municipality Of Kabayan Will Not Hold A Pre-bid Conference . Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before October 23, 2024, 9:45 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On October 23, 2024, 10:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kabayan 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. For Further Information, Please Refer To: Engr. Euler C. Daoal Mun. Engineer/bac Chairperson Municipal Building, Poblacion, Kabayan, Benguet Backabayan@gmail.com/09266550220
Closing Soon23 Oct 2024
Tender AmountPHP 100 K (USD 1.7 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Sources Sought Announcement # W912dw24r118q Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project With A Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Owned small Business, And Hubzone Contractor Sources;to The Naics Code 237990 – Other Heavy And Civil Engineering Construction, Psc Code Y1pz-construction Of Other Non-building Facilities, And Small Business Size Standard $45 Million. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. background: the U.s. Army Corps Of Engineers, Seattle District Is Seeking Small Business Sources For A Construction Project Entitled Chief Joe Spillway Monolith Joint Sealant. The Work Is Located At The Chief Joseph Dam In Bridgeport, Washington. This Will Be A Firm Fixed Price Construction Contract, With Work Scheduled To Be Performed Nov 2025 – Feb 2026. the Objective Of This Project Is To Reduce Seepage Into The Spillway Drainage Galleries, Thereby Reducing Maintenance And Safety Issues. New Waterstops Will Be Installed At Four Spillway Construction Joints From The Spillway Ogee Crest, As Well As Two Other Monolith Locations From The Deck Of The Dam Using A Drilled Hole With Hydrophilic Waterstop System. The Proposed Repair Work Will Involve Drilling Out The Existing Monolith Drain Hole, Cleaning The Holes, Tremie Grouting Any Voids Within The Joint, And Installing Hydrophilic Urethane Cylinders In The Holes. The Cylinders Will Form New Waterstops. Drill Holes Will Be 6 Or 8-inches In Diameter And Hole Depths Are In The 100-200 Foot Range. Additional Crack Sealing Work Will Be Completed In The Forebay On The Upstream Face Of The Spillway, With Diving Depths Not To Exceed 150 Feet. construction Required: prospective Offerors Will Need To Demonstrate Specialized Experience With The Following: down-hole Hammer Drilling In Concrete With Vertical Control Tolerances To Depths Greater Than 100ft And In Complex And Difficult To Access Areas Similar To The Size And Scope Of The Solicitation. underwater Or Marine Environment Concrete Crack Repair Or Surface Sealing Similar To The Size And Scope Of The Solicitation. responses To Announcement Should Include: a Capability Statement Expressing Interest In This Requirement, Describing Your Company and Its Capability To Complete A Project Of This Magnitude And Complexity. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel. 2. A Statement Or List Of Your Firm's Current Or Past Technical Experience Similar To Or The Same As The Summary Scope Of Work And Construction Magnitude For This Requirement. Include A Brief Description Of Each Project Scope, Schedule, And Dollar Value, And A Point Of Contact Name, Phone Number And Email Address For The Contracting Organization. magnitude Of Construcation: in Accordance With Fars 36.204(f) “disclosure Of The Magnitude Of Construction Projects,” magnitude Of Construction Is Estimated To Be Between $1,000,000 And $5,000,000. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address. 2. Cage Code And Unique Entity Id (uei) Number. 3. Firm's Interest In Bidding On The Solicitation If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program. 5. Firm's Joint Venture Information (if Applicable). all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit Responses Via Email To: Xuejiao Sun, Xuejiao.sun@usace.army.mil responses Should Be Sent As Soon As Possible, But No Later Than 10:00 Am Pdt, 31 October 2024. Subject Line: Chief Joe Spillway Monolith Joint Sealant Vendor Source all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) By Time Of Award And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. office Of Small Business Programs Poc: Enshane Hill-nomoto, Enshane.nomoto@usace.army.mil. please See Attached Documents For More Details.
Closing Date31 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: **note: Solicitation Number Will Be Updatedto W91238-25-r-0007 When The Actual Solicitation Is Posted.** this Notice Does Not Constitute A Request For Proposal. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For The Required Construction Project As A Design-bid-build (dbb). the U.s. Army Corps Of Engineers (usace), Sacramento District (spk), Intends To Solicit And Award A Design-bid-build (dbb), Pre-priced Single Award Task Order Contract (satoc) Indefinite Delivery Indefinite Quantity (idiq) For Construction Of Utility Infrastructure Systems To Support The Planned And Future Development Of Multiple Facilities On The East Side Of Hill Air Force Base (afb). The Work Includes The Construction Of Taxiways, Tow-ways, And Associated Airfield Lighting Systems; Roadways, Privately Owned Vehicle Parking, Government Owned Vehicle Parking, Sidewalks, And Emergency Vehicle Circulation; Pump Houses, Lift Stations, And A Communication Information Technology (itn) Node Building; And The Relocation Of A Tactical Navigation (tacan) Facility, As Well As, Upgrades To Various Privately Owned And Government Owned Utility Systems Including Water Production (well), Storage (water Tank) And Distribution; Sanitary Sewer, Storm Sewer, And Industrial Waste; Electrical Distribution And Communications; Natural Gas, And Compressed Air. All Facilities And Infrastructure Systems Will Be Permanent Construction In Accordance With Applicable Department Of Defense Unified Facilities Criteria. special Construction And Functional Requirements: Significant Amount Of Work Requires Coordination With Public, Privatized And Government Installation Utilities Including Culinary Water (privatized), Sanitary Sewer (privatized), Electrical Power (privatized), Storm Sewer (government), Natural Gas (government - Connection To Public Utility, Dominion Energy), Industrial Waste (government), Fire Water (government), Communications (government). the Government Intends To Award The Contemplated Requirement As A Firm-fixed-price Satoc On Or Around 14 April 2025. The Contract Will Have A 799 Day Ordering Period. Task Orders Will Be Issued In Accordance With Dfars 216.504. This Satoc Is Not To Exceed $115m In Capacity. in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For This Project To Be Between $100,000,000 And $250,000,000.the Government Intends To Solicit A Request For Proposals (rfp) That Will Result In Award Of A Firm-fixed Price Type Contract. the North American Industry Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration (sba) Size Standard Is $45 Million. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1nz, Construction Of Other Utilities. the Solicitation Is Anticipated To Be Issued Using Full And Open Competition Through The Procurement Integrated Enterprise Environment (piee - Https://piee.eb.mil) And Governmentwide Point Of Entry, The System For Award Management (sam - Www.sam.gov) On Or About 15 November 2024 With Proposals Tentatively Due 14 January 2025. it Is Currently Anticipated That The Government Will Conduct A Pre-proposal Conference And/or Site Visit On Or About 3 December 2024. The Specific Date, Time, Location, And Access Requirements Will Be Identified In Any Forthcoming Solicitation. please Do Not Request A Copy Of The Solicitation, Or Draft Plans And Specifications, As They Are Not Currently Available. Any Available Technical Data Will Be Furnished With Any Forthcoming Solicitation. Following Solicitation Release, All Responsible Sources May Submit A Proposal That Shall Be Considered By The Agency. This Project And/or The Anticipated Solicitation May Be Changed, Delayed, Or Canceled At Any Time. the Anticipated Solicitation And Attachments May Be Posted In Portable Document Format (.pdf) Which Will Require Adobe Acrobat Reader To Open And View Files. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader. all Prospective Offerors Should Be Registered In The Piee System At Least One (1) Week Prior To The Anticipated Proposal Due Date. Registration Is Not Required To Download Any Forthcoming Solicitation Documents, Plans, And/or Specifications, But Is Required To Submit A Proposal. Copies Of The Solicitation And Attachments Will Be Made Available For Inspection Without Charge After The Solicitation Is Released, When Accessed Through Piee. Failure To Register In Piee Will Prevent Submission Of Proposals As The Government Will Not Accept Them By Any Other Means. See Linked Piee Registration Instructions And Web-based Training For Information About How To Access The Piee Solicitation Module And Submit Proposals. electronic Proposal Submission Is Required Through Procurement Integrated Enterprise Environment (piee) all Prospective Offerors Must Be Registered In Sam Before The Anticipated Solicitation Closing Date. Please See The Sam Website For Information About Sam Registration Requirements And Approval Timelines. it Is Anticipated That Any Future Solicitation And/or Resulting Contract Will Be Subject To The E-verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify). Additionally, The Awardee Will Be Required To Contract With The Privatized Utilities Companies That Service Hill Afb To Complete The Required Work. usace Will Not Notify Prospective Offerors Of Any Changes To The Solicitation; Offerors Must Monitor Piee And Sam For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments. the Only Interested Vendors / Plan Holders / Bidders List Is Available Through Sam.gov; Contractors Are Responsible For Identifying Their Entity As An Interested Vendor And Contacting Other Interested Vendors. Usace Spk Will Not Review Capabilities Statements Submitted In Response To This Synopsis Or Coordinate Partnering Arrangements Between Parties. Contractors Should Check Sam.gov Frequently For Changes To The Interested Vendors List And This Notice.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

Municipality Of Kabayan, Benguet Tender

Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid The Municipality Of Kabayan, Through The Annual Performance Budget Intends To Apply The Amount To The Corresponding Project (enumerated Below) With Its Own Identification Number And Other Details Being The Abc To Payments Under The Contract For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract Ref. No. : Project Identification No. : Infra Oct 2024-105 Name Of Contract : Construction/ Improvement Of Talukip-chekdan Fmr Location : Eddet, Kabayan, Benguet Brief Description: Roadway Excavation (opening & Widening) Min. Required Equipment : Bulldozer, Pay Loader, Dump Truck, Backhoe Min. Key Personnel : 1 Civil Engineer With At Least Three Years Of Relevant Experience, 1 Safety Officer Contract Duration : 40 Cd Abc (source Of Fund) : Php 1,000,000.00 (gf 2024) The Municipality Of Kabayan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required As Indicated Above Referred To As Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Interested Bidders May Obtain Further Information From Municipality Of Kabayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 At The Bac Office, Municipal Building, Poblacion, Kabayan Upon Payment Of The Applicable Fee For The Bidding Documents (see Table On The Below). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Approved Budget (in Peso) Cost Up To 100,000.00 500.00 Above 100,000.00 - 250,000.00 750.00 Above 250,000.00 - 500,000.00 1,000.00 Above 500,000.00 - 1,000,000.00 1,500.00 Above 1,000,000-5,000,000.00 2,500.00 The Municipality Of Kabayan Will Hold A Pre-bid Conference On October 23, 2024, 9:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before November 6, 2024, 9:45 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On November 6, 2024, 10:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kabayan 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. For Further Information, Please Refer To: Engr. Euler C. Daoal Mun. Engineer/bac Chairperson Municipal Building, Poblacion, Kabayan, Benguet Backabayan@gmail.com/09266550220
Closing Date6 Nov 2024
Tender AmountPHP 1 Million (USD 17.4 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Job Order: Supply Labor And Materials For The Repair And Improvement Of Seed Bodega At San Jorge Experiment Station - Catubig Satellite Station Brgy. Irawahan, Catubig, Northern Samar No. Scope Of Work Quantity Unit_cost Abc B.5 Project Billboard / Signboard Bdft 32 801 Removal Of Structures And Obstruction Is 1 802 Clearing And Grabbing Is 1 1003(1)e Hardie Board On Metal Frame Ceiling Sq.m 70 1013 Fabricated Metal Roofing Accessory (gutter) Sq.m 55 1005 Steel Windows Is 1 1047 Metal Structures Is 2000 1014 Roofing Sq.m 55 1032 Painting And Varnishing Works Sq.m 72 No. Termsandconditions A All Participating Bidders Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Of Ocm & Profit Mark-up Of The Bid Amount. Use 12% For Vat Mark-up Cost Of The Bid Amount. B During Post-qualification Evaluation "1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates." 2. Submit Pert/cpm And S-curve C Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Calendar Days Upon Receipt Of Job Order (jo); 2. Complete Construction Of The Facility, Within 16 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; " 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user, If Any;" 7. Job Order Must Be Signed Within 7 Calendar Days Upon Receipt. Failure To Comply Is Subject For Disqualification And The Project Will Be Awarded To The Next Lowest Bidder. " 8. Secure The Necessary Permits (i.e., Brgy. Permits, Etc.) Required For The Project Implementation; If Any" 9. Strictly Observe Construction Safety Rules And Health Program As Approved By Department Of Labor And Employment (dole) And Other Related Issuances During Project Implementation. D Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay. E Be Paid Upon 100% Physical Completion, Based On The Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team; F Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. Checklist Of Eligibility Requirements For Bidders: The Eligibility Envelope Shall Contain The Following: ( ) Valid And Current Mayor’s Permit/municipal License ( ) Certificate Of Philgeps Registration Number ( ) Bir Registration ( ) Dti Registration ( ) Valid And Current Tax Clearance Certificate (for Abcs Above 500k) ( ) Omnibus Sworn Statement – Updated Format ( For Abcs Above 50k ( ) Pcab License (for Infrastructure Projects) ( ) Amtec (for Agricultural Machinery) ( ) Professional License/ Curriculum Vitae ( For Consulting Services) Note : Submitted Documents Must Properly Authenticated, Complete And Accurate Eligibility Requirement Stated In The Philgeps Posting, In Compliance To Ra 9184 And The 2016 Revised Rules And Regulations. Failure To Comply, Will Result In The Non-compliant Of The Prospective Bidder Shall Will Warrant Automatic Disqualification For The Procurement Project.
Closing Soon21 Oct 2024
Tender AmountPHP 200 K (USD 3.4 K)

Municipality Of Kabayan, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Municipality Of Kabayan, Through The Annual Performance Budget Intends To Apply The Amount To The Corresponding Project (enumerated Below) With Its Own Identification Number And Other Details Being The Abc To Payments Under The Contract For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract Ref. No. : Project Identification No. : Infra Oct 2024-106 Name Of Contract : Construction Of Ngibil-boliney Fmr Location : Batan, Kabayan, Benguet Brief Description : Roadway Excavation (opening) Min. Required Equipment : Dump Truck, Pay Loader, Backhoe Min. Key Personnel : 1 Civil Engineer With At Least Three Years Of Relevant Experience, 1 Safety Officer Contract Duration : 45 Cd Abc (source Of Fund) : Php 1,500,000.00 (gf 2024) The Municipality Of Kabayan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required As Indicated Above Referred To As Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Interested Bidders May Obtain Further Information From Municipality Of Kabayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 At The Bac Office, Municipal Building, Poblacion, Kabayan Upon Payment Of The Applicable Fee For The Bidding Documents (see Table On The Below). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Approved Budget (in Peso) Cost Up To 100,000.00 500.00 Above 100,000.00 - 250,000.00 750.00 Above 250,000.00 - 500,000.00 1,000.00 Above 500,000.00 - 1,000,000.00 1,500.00 Above 1,000,000-5,000,000.00 2,500.00 The Municipality Of Kabayan Will Hold A Pre-bid Conference On October 23, 2024, 9:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before November 6, 2024, 9:45 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On November 6, 2024, 10:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kabayan 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. For Further Information, Please Refer To: Engr. Euler C. Daoal Mun. Engineer/bac Chairperson Municipal Building, Poblacion, Kabayan, Benguet Backabayan@gmail.com/09266550220
Closing Date6 Nov 2024
Tender AmountPHP 1.5 Million (USD 26.1 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Job Order: Supply Labor And Materials For The Repair And Improvement Of 2-units Screenhouse At Abuyog Experiment Station, Brgy. Balinsasayao, Abuyog, Leyte. No. Scope Of Work Quantity Unit_cost Abc Unit1 262,219.03 B.5 Project Billboard Sq.ft. 32 B.24 General Scaffolding & Shoring Bd.ft. 80 1032 Painting Works Sq.m. 122 1047 Metal Structures & Accessories Kgs. 994 Spcl 1 Roofing Works Kgs. 315 Unit 2 37,780.97 1032 Painting Works Sq.m 32 Spcl 1 Roofing Works Kgs. 180 No. Termsandconditions A. All Participating Bidders Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Of Ocm & Profit Mark-up Of The Bid Amount. Use 12% For Vat Mark-up Cost Of The Bid Amount. B. During Post-qualification Evaluation "1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates." 2.submit Pert/cpm And S-curve C. Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Calendar Days Upon Receipt Of Job Order (jo); 2. Complete Construction Of The Facility, Within 14 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user, If Any; 7. Job Order Must Be Signed Within 7 Calendar Days Upon Receipt. Failure To Comply Is Subject For Disqualification And The Project Will Be Awarded To The Next Lowest Bidder. 8. Secure The Necessary Permits (i.e., Brgy. Permits, Etc.) Required For The Project Implementation; If Any 9. Strictly Observe Construction Safety Rules And Health Program As Approved By Department Of Labor And Employment (dole) And Other Related Issuances During Project Implementation. D. Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay. E. Be Paid Upon 100% Physical Completion, Based On The Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team; F. Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. Checklist Of Eligibility Requirements For Bidders: The Eligibility Envelope Shall Contain The Following: ( ) Valid And Current Mayor’s Permit/municipal License ( ) Certificate Of Philgeps Registration Number ( ) Bir Registration ( ) Dti Registration ( ) Valid And Current Tax Clearance Certificate (for Abcs Above 500k) ( ) Omnibus Sworn Statement – Updated Format ( For Abcs Above 50k ( ) Pcab License (for Infrastructure Projects) ( ) Amtec (for Agricultural Machinery) ( ) Professional License/ Curriculum Vitae ( For Consulting Services) Note : Submitted Documents Must Properly Authenticated, Complete And Accurate Eligibility Requirement Stated In The Philgeps Posting, In Compliance To Ra 9184 And The 2016 Revised Rules And Regulations. Failure To Comply, Will Result In The Non-compliant Of The Prospective Bidder Shall Will Warrant Automatic Disqualification For The Procurement Project.
Closing Soon21 Oct 2024
Tender AmountPHP 300 K (USD 5.2 K)

City Of Bais Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Peer Review Services Of Coliseum, Stadium And Water Tank In Reference To Plan, Design Site Development And Construction Of New Bais City Sports Complex, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) J/sor No. 308-24 - For Peer Review Services Of Coliseum, Stadium And Water Tank In Reference To Plan, Design Site Development And Construction Of New Bais City Sports Complex, City Engineer’s Office, Viz: Php 650,000.00 1 1 Lot Peer Review Services Of Coliseum, Stadium And Water Tank In Reference To Plan, Design Site Development And Construction Of New Bais City Sports Complex To Include: A.) Verify The General Compliance Of The Design With The Latest National Structure Code Of The Phillippines (nscp 2015) B.) Review The Design Load Criteria C.) Review The Design Concept D.) Review The Mathematical Model And Techniques E.) Review The Analysis Input And Output F.) Review The Accuracy Of The Design Output G.) Verify And Ensure That There Are No Major Errors In Pertinent Calculations, Drawing And Specifications H.) Ensure That The Structure As Reviewed Meet Minimum Standards For Safety, Adequacy And Acceptable Design Practice I.) Submission Of The Peer Review Report Terms Of Reference I.project Information 1.rationale: The Project: Plan, Design, Site Development And Construction Of New Bais City Sports Complex Located At Brgy. Lapaz, Bais City, With A Contract Amount Of Eight Hundred Seventy-six Million Nine Hundred Thousand (php 876,900,000.00) Pesos Is Under Contract For And Between Lgu-bais City Represented By Hon. Luigi Marcel Teves Goñi And Philsouth Builders, Inc. This Project Is Complex Enough That Warrant Peer Review To Ensure Safety And Structural Integrity Of The Project. 2.legal Basis Vol. I Buildings, Towers, And Other Vertical Infrastructures Pages Ia-7 To Ia-18 In Relation To Section 104.5 Of Nscp 2010. 3.description The Total Aggregated Amount Is Six Hundred Fifty Thousand (php 650,000.00) Pesos Inclusive Taxes For The Peer Review Of Tower, Stadium And Coliseum Structures To Be Taken From The Government Equity – General Fund Proper As Of December 31, 2023. Ii.scope Of Works The Scope Of Works Are The Following, But Not Limited To: 1.verify The General Compliance Of The Design With The Latest National Structural Code Of The Philippines (nscp 2015) 2.review The Design Load Criteria 3.review The Design Concept 4.review The Mathematical Model And Techniques 5.review The Analysis Input And Output 6.review The Accuracy Of The Design Output 7.verify And Ensure That There Are No Major Errors In Pertinent Calculations, Drawing And Specifications 8.ensure That The Structure As Reviewed Meet Minimum Standards For Safety, Adequacy And Acceptable Design Practice Iii.resources Needed A.manpower Requirement Quantity Qualification Experience 1 Civil Engineer / Structural Engineer (recognized And An Active Member Of Asep) minimum Of 15 Years In Structural Designing with Expertise In Soil Exploration And Geotechnical Investigation 1 Civil Engineer minimum Of 5 Years In Structural Design 1 Civil Engineer minimum Of 2 Years In Structural Design B.tools And Equipments Description Quantity Output Computers / Desktops 3 Review Of Design And Etc Printers 2 Review Of Design, Analysis, And Etc. Iv.deliverables 1.submission Of The Peer Review Reports. 1.1.peer Review Report Will Be Submitted Phase By Phase To Accommodate Contractor’s Progress Of Work. V.contract Period Sixty Calendar Days After The Receipt Of The Notice To Proceed. Vi.mode Of Payment 1.advance Payment = 15% (subject To Recoupment) 2.upon Submission Of Preliminary Evaluation As Reflected In The Peer Review Report Duly Acknowledged By The Contractor = 50%. 3.upon Submission Of Peer Review Report Of The Corrected Data And Plans Submitted By The Contractor = 30%. 4.upon Submission Of Final Peer Review Report = 20%. The Approved Budget For The Contract Is To Be Taken From Conduct Of Peer Review For The Tower, Coliseum And Stadium. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A.eligibility Documents Including Technical Documents (1st Envelope): 1.registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2.valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3.bir Registration Certificate With Taxpayer’s Identification Number. 4.statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5.certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6.certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7.batch Release Certificate From Fda. (for Medicine Only)* 8.if The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9.license To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10.certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11.audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12.the Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13.valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14.all Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D)bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15.production/delivery Schedule.* 16.manpower Requirements* 17.after-sales Service/parts (if Applicable) 18.sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A)it Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B)each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C)it Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D)authority Of The Signatory; E)affidavit Of Disclosure Of No Relationship; F)certification On Bidder's Responsibilities; G)it Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H)it Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I)in Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19.technical Specifications With Brochures, If Applicable.* 20.certificate Of Philgeps Registration* 21.tax Clearance* 22.latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On October 22, 2024 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Soon22 Oct 2024
Tender AmountPHP 650 K (USD 11.3 K)

DEPT OF THE ARMY USA Tender

Environmental Service
United States
Details: This Is A Sources Sought Notice Only For Alaska Environmental Fence To Fence. Offers Or Proposals Will Not Be Accepted For This Notice. This Is Not A Pre-solicitation. the Alaska District Of The U.s. Army Corps Of Engineers Is Conducting Market Research To Facilitate A Determination Of Acquisition Strategy Prior To Releasing A Solicitation For This Anticipated Project. The Determination Of Acquisition Strategy Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. Please Note That This Sources Sought Is For Information Only And Does Not Constitute A Solicitation For Competitive Offers/proposals And Is Not To Be Construed As A Commitment By The Government. However, All Interested Parties Who Believe They Can Meet The Requirement Are Invited To Submit Information Describing Their Capability To Provide The Required Services. description Of Work: the New Contract Is For Fence-to-fence (f2f) Environmental Services At Joint Base Elmendorf-richardson (jber), Eielson Air Force Base (eafb), Clear Space Force Station (clear) And Environmental Tasks At 611 Civil Engineer Squadron (ces) Installations Located In Alaska, Hawaii, And Wake Island To Provide Professional Services For A Full Range Of Environmental Compliance Support Activities Necessary To Meet Air Force Civil Engineer Center Environmental Directorate (afcec/cz) Requirements. The 611 Ces Is Stationed At Jber, Alaska And Has Responsibility For Mission Operations At Wake Island And The Two Locations In Hawaii. The Scope Outlines The Current Known Environmental Compliance Requirements As Identified By The Department Of The Air Force (daf), United States Air Force (usaf), United States Space Force (ussf), And Regulatory Authorities. installations Include: joint Base Elmendorf-richardson (jber) eielson Air Force Base (eafb) clear Space Force Station (csfs) barter Island (bti) Long Range Radar Site (lrrs) cape Lisburne (lur) Lrrs cape Newenham (ehm) Lrrs cape Romanzof (czf) Lrrs cold Bay (cdb) Lrrs fort Yukon (fyu) Lrrs indian Mountain (uto) Lrrs kotzebue (otz) Lrrs murphy Dome (mpy) Lrrs oliktok (oli) Lrrs point Barrow (brw) Lrrs sparrevohn (svw) Lrrs tatalina (tlj) Lrrs tin City (tnc) Lrrs eareckson Air Station (eas) king Salmon Divert Airfield (ksda) ka'ala Air Force Station (kafs), Hawaii koke'e Air Force Station (qkk), Hawaii wake Island Airfield (wia) summary Of Requirements: hazardous Waste (hw) Management To Include Hw Facility Support, Hw Disposal, Resource Conservation And Recovery Act (rcra) Permit Compliance, And Hw Management Plan Support. hazardous Material (hm) Management To Include Installation Hazardous Materials Program (ihmp) Support And Reporting. emergency Planning And Community Right-to-know Act (epcra) Data Management, Collection, And Reporting. air Quality Compliance And Resource Management Program To Include Clean Air Act (caa) Compliance, Air Emission Inventory And Title V Permit Renewal. sampling, Testing, Analysis, And Monitoring To Include Installation Air Quality, Water Quality, And Permitted Landfill Requirements. waste Water And Storm Water To Include Water Permits, Clean Water Act (cwa) Plan Support And National Pollutant Discharge Elimination System (npdes) Requirements. solid Waste Management To Include Landfill Permit Renewal And Solid Waste Plan Support. pollution Prevention (p2) To Support Compliance With The Pollution Prevention Act And Brass Recycling. petroleum, Oil, And Lubricants (pol) Management To Include Spill Prevention, Control, And Countermeasures (spcc) Plan, Facility Response Plan, And Oil Discharge Prevention And Contingency Plan (odpcp), And Tank Support. eielson Water Treatment Plant Manganese Discharge Management Requirements the Contractor Shall Comply With All Applicable Federal, State And Local Laws And Regulations, And Fulfill The Performance Objectives In A Manner That Is Consistent With Relevant Department Of Defense And Air Force Policy For The Duration Of The Contract. The Contractor Shall Adhere To Both The General Requirements And Installation-specific Requirements. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Accomplish The Requirements Of This Contract. the Type Of Contract Shall Be Firm-fixed Price. Service Contract Act Wage Rates Shall Apply. The Estimated Award Date Of This Contract Is June 2025. This Procurement Is Subject To The Availability Of Funds. if The Project Is Cancelled, All Proposal Preparation Costs Will Be Borne By The Offeror. If A Large Firm Is Selected For This Contract, The Firm Must Comply With Far 52.219-9 Regarding The Requirements For A Subcontracting Plan For That Part Of The Work It Intends To Subcontract. all Offerors Are Advised That They Must Be Registered In The System For Award Management (sam) (www.sam.gov) Before Submitting A Proposal. Joint Ventures Must Also Be Registered In Sam As A Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure Registration Is In Place Should They Be Selected For Award. Lack Of Registration In The Sam Database Would Make An Offeror Ineligible For Award. the Intent Of This Sources Sought Is To Solicit Interest From Qualified Firms With A Primary North American Industrial Classification System (naics) Code Of 541620 – Environmental Consulting Services, Which Has A Small Business Size Standard Of $19 Million Dollars. In Accordance With Far 19.501 Paragraph (c) The Contracting Officer Shall Conduct Market Research And Review The Acquisition To Determine If This Acquisition Will Be Set Aside For Small Business Or Considered For An Award To A Small Business Under The 8(a) Program (see Far Subpart 19.8), Hubzone (see Far Subpart 19.13), Service-disabled Veteran-owned (see Far Subpart 19.14), Or Women-owned Small Business Program (see Far Subpart 19.15). If The Acquisition Is Set Aside For Small Business Based On This Review, It Is A Unilateral Set-aside By The Contracting Officer. this Is A Sources Sought Open To All Qualified Prime Contractor Firms (large And Small Businesses Under Naics 541620). All Interested Firms Are Encouraged To Respond To This Announcement No Later Than 15 November 2024, By 2:00 Pm Alaska Standard Time, By Submitting All Requested Documentation Listed Below To: Us Army Corps Of Engineers, Alaska District, Attn: Cepoa-ct (gosh), Po Box 6898, Jber, Ak 99506-0898 Or Via Email To Jennifer.gosh@usace.army.mil And George.g.nasif@usace.army.mil. interested Prime Contractor Firms Are Encouraged To Submit A Capabilities Package (not Exceeding 5 Pages) Demonstrating The Ability To Perform The Work Described Above. Packages Should Include The Following Information Regarding Their Company: 1. Company Name, Address, Uei Number, Cage Code, Business Size Under The Applicable Naics Above, And Point Of Contact Information Including Email And Phone Number. 2. Sam Status, Large Or Small Business Status Under The Applicable Naics Above, And Type Of Small Business (8a, Hubzone, Service-disabled Veteran-owned, Women-owned, Etc.) 3. Demonstration Of The Firm’s Experience As A Prime Contractor On Projects Of Similar Size, Type, And Complexity Within The Past Six Years. List Actual Projects Completed And Include Project Title, Location, And A Brief Description Of The Project. 4. Your Company’s Intent To Propose On The Alaska Environmental Fence-to-fence Project As A Prime Contractor. interested Parties Are Invited To Submit A Response To This Sources Sought By The Response Time Stated Above. Please Submit All Documentation By Email In Pdf Format. Responses Received After This Time And Date May Not Be Reviewed.
Closing Date15 Nov 2024
Tender AmountRefer Documents 

Municipality Of Kabayan, Benguet Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid The Municipality Of Kabayan, Through The Annual Performance Budget Intends To Apply The Amount To The Corresponding Project (enumerated Below) With Its Own Identification Number And Other Details Being The Abc To Payments Under The Contract For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract Ref. No. : Project Identification No. : Infra Oct 2024-103 Name Of Contract : Construction Of Namboshosan-proper Bashoy-toishan-sangal Potable Waterworks System Location : Bashoy, Kabayan, Benguet Brief Description : Laying Of Hdpe Sdr 11 Pipe, Purchase & Intallation Of Elevated Stainless Distribution Tank, Concrete Works, #6 Gi Tire Wire Skyline W/ Anchor & Deadman Min. Required Equipment : 2 Unit Heavy Duty Ratchet (puller) 1 Unit Welding Machine Various Handtools Min. Key Personnel : 1 Civil Engineer With At Least Three Years Of Relevant Experience, 1 Material Engineer With At Least One Year Of Relevant Experience, 1 Safety Officer Contract Duration : 40 Cd Abc (source Of Fund) : Php 1,000,000.00 (gf 2024) The Municipality Of Kabayan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required As Indicated Above Referred To As Contract Duration. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Interested Bidders May Obtain Further Information From Municipality Of Kabayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 15, 2024 At The Bac Office, Municipal Building, Poblacion, Kabayan Upon Payment Of The Applicable Fee For The Bidding Documents (see Table On The Below). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Approved Budget (in Peso) Cost Up To 100,000.00 500.00 Above 100,000.00 - 250,000.00 750.00 Above 250,000.00 - 500,000.00 1,000.00 Above 500,000.00 - 1,000,000.00 1,500.00 Above 1,000,000-5,000,000.00 2,500.00 The Municipality Of Kabayan Will Hold A Pre-bid Conference On October 23, 2024, 9:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before November 6, 2024, 9:45 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On November 6, 2024, 10:00 Am At The 1/f Guesthouse, Municipal Compound, Poblacion, Kabayan, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kabayan 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. For Further Information, Please Refer To: Engr. Euler C. Daoal Mun. Engineer/bac Chairperson Municipal Building, Poblacion, Kabayan, Benguet Backabayan@gmail.com/09266550220
Closing Date6 Nov 2024
Tender AmountPHP 1 Million (USD 17.4 K)
961-970 of 1031 active Tenders