Civil Engineering Tenders

Civil Engineering Tenders

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
United States
Details: Market Survey Questionnaire a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Small Business And You Are Interested In This Project Please Respond Appropriately. this Is A Sources Sought Notice To Determine The Capabilities Of Small Business Firms In The Louisville District, If You Are Interested In This Project Please Respond Appropriately. this Notice Does Not Constitute A Solicitation Announcement, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. No Solicitation Or Technical Scope Of Services Is Available At This Time. The Government Will Use The Responses To This Sources Sought And Submit According To The Directions In This Notice. all Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Tuesday, October 22, 2024 By 4:00 Pm Eastern Time. 1.project Title: Smithland Lock And Dam Lock Control Update And Repair 2. Project Location (with Physical Address): 1401 Smithland Dam Rd, Brookport, Il 62910 3. Project Naics Code: 237990 “other Heavy And Civil Engineering Construction” 4. Response Date: 10/22/2024 5. Short Project Description: Refresh Of Lock Control System. Main Efforts Include The Following Scope Items: replacement Of All Existing Lock Machinery Position Instrumentation (magnetic Proximity Switches, Rotational Encoders) And Their Associated Wiring. replacement Of Segments Of Existing Control Cabling Between Control Shelters And Powerhouse. replacement Of Existing Lock Control Interface Panels With Updated Interface Panels reconnection Of Control Relaying Associated With Lock Miter Gate Speed Control. modification Of Lock Controls To Incorporate Modern Interlock Requirements. 6. Type Of Action: Ifb, Construction 7. Estimated Advertisement Date: 12/13/2024 8. Estimated Award Date: 2/4/2025, Ntp 2/18/2025 9. Estimated Performance Period: 540 Calendar Days. 10. Estimated Cost (pa, Not Ccl): Between $1,000,000 And $5,000,000 Per Far 36.204 11. Criteria: projects Similar In Scope To This Project Include: Industrial Controls Work Which Include Lock Control Instrumentation, Control Relay Work, Cable Routing, Panel Fabrication, And Mounting Bracket Fabrication. Projects Consisting Of Replacement Of The Dam Tainter Gate Remote Height Indication Equipment, And Rehabilitation Or Replacement Of Power Distribution Equipment Both Inside And Outside Of The Main Motor Control System Will Also Be Considered Similar In Scope. 12. Responses Should Include: identification And Verification Of The Company’s Small Business Status. contractor’s Unique Entity Identifier (uei)) And Cage Code(s). documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. description Of Experience – Provide Descriptions Your Firm’s Past Experience On Up To Three (3) Projects Which Are Similar To This Project In Scope. Each Project Must Include The Name, Title, Project Role, E-mail Address, And Telephone Number Of At Least One Reference. References May Be Used To Verify Project Size, Scope, Dollar Value, Percentages, And Quality Of Performance. 13. Based On The Definitions Above, For Each Project Submitted, Include: current Percentage Of Construction Complete And The Date When It Was Or Will Be Completed. scope Of The Project. the Dollar Value Of The Construction Contract. the Percentage Of Work That Was Self-performed As Project And/or Construction Management Services Or Physical Construction Type Work. Must Be At Least 15% Self-performed. whether The Project Was Design/build Or Design/bid/build. identify The Number Of Subcontractors By Construction Trade Utilized For Each Project. small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. note: Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed. 14. Your (pm) Contact Information: Matt Stivers, (502) 315-2619, Matthew.j.stivers@usace.army.mil 15. Email Responses And Any Questions To Ethan Phillips At Ethan.s.phillips@usace.army.mil: This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To These Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam.
Closing Soon22 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Bridge Construction
United States
Details: Hypothetical Railroad Bridge Removal ***this Is A Sources Sought Synopsis/ Request For Information (rfi). This Rfi Is Released Pursuant To Federal Acquisition Regulation (far) Part 15.201 For Market Research Purposes Only. This Announcement Is Not A Request For Proposals (rfp) And Shall Not Be Construed As A Commitment By The Government To Seek Proposals Or Award A Contract At This Time. *** summary: the Government Is Seeking Sources For Market Research Only To Support The Services Listed Below For Which The Applicable Naics Code Is 237990, Other Heavy And Civil Engineering Construction. The Product Service Code (psc) Will Be Zipz. The Standard Industrial Code (sic) Used Is 1629. The Size Standard For Small Business Is $45,000,000.00. Interested Parties Sought For A Construction Of The Project Described Below. This Project Will Be Solicited As An Invitation For Bids (ifb) Contract. no Award Will Be Made From This Sources Sought. No Solicitation, Specification, Or Drawings Are Available At This Time. necessary To Perform The Described Services Below Are Invited To Provide Feedback Via Email To: Karen.smith@usace.army.mil. veteran- -disabled Veteran Owned Small Business, -owned Small Business, Etc. additional Project Descriptions: the Following Description Is A Hypothetical Project For A Hypothetical Railroad Bridge Located In The Bay Area. The Bridge Is No Longer Used For Rail Traffic And One Side Of Access Has Had The Rail Removed. It Consists Of A Vertical Lift Steel Bridge Center Section Between Two Steel Support Towers. The Center Section Span Is Approximately 214 Feet (ft) And Estimated Weight Of Approximately 300 Tons. The Lift Span Is Still In Use To Provide Clearance For Marine Traffic. The Bridge Spans A Narrow Tidal Canal With A Depth Of Approximately -30 Ft Mean Lower Low Water (mllw). the Towers Provide A Maximum Vertical Clearance Of 135 Ft Above Mean Higher High Water (mhhw) With The Lift Span Fully Raised, And A Minimum Clearance Of 13 Ft Above Mhhw. The Bridge Is A Single-track, Steel Truss, Vertical Lift Bridge With Single Span, Ballasted Deck Concrete Approaches. The Lift Span Deck Uses Wood Ties On Steel Beams. It Was Designed In 1949 By Woodruff And Sampson Engineers And Constructed In 1950 And 1951. It Was Designed To Carry A Cooper E-50 Live Load. The 214 Ft Long Lift Span Has Through Trusses Centered At 18 Ft. the Lift Span Is Raised Using Wire Ropes That Rap Around Sheaves At The Top Of The Towers. A Counterweight In Each Tower Is Attached To The Wire Ropes Supporting The Lift Span To Reduce The Force Required To Move The Span. The Structure Is Constructed Of Steel, Except For The Approaches And Foundation, With Members Consisting Of Rolled Shapes As Well As Built-up Members And Lattice Type Members. the Towers Are 185 Ft Tall Each With An Estimated Total Weight Of Between 230 Tons To 300 Tons. Including The Approach Spans The Bridge Has An Overall Length Of 377 Ft. The Towers Are Supported On Concrete Piers Which Rest On Concrete Filled Cofferdams. The Piers Consist Of Concrete Stem Wall Columns, Connected By A Concrete Beam At The Bottom Of The Walls, And Constructed Upon A Mass Concrete Sub-footing Encased In Sheet Piling. immediately Adjacent To The Railroad Bridge Is A 4-lane Bascule Vehicle Bridge. The Vehicle Bridge Top Of Deck Elevation Is Approximately 27 Ft Mllw And Has No Overhead Obstructions. There Is Approximately A Distance Of 35 Ft Between The Two Bridges. The Bridge Operator House Is Next To One Of The Railroad Bridge Towers And On The Same Concrete Pier. It Is Used To Operate Both Bridges. A Recycling Center Is Located Approximately 4 Miles Away That Can Be Accessed By Canal, Rail, Or Highway. Access To The Tracks Would Require Traveling Approximately 0.5 Miles By Roadway. railroad Bridge Removal in This Hypothetical Project The Railroad Bridge Will Be Removed, And Two Options Of Disposal Will Be Considered (transport Or Disposal). This Would Include Removing The Towers, Bridge Span, The Pier That Does Not Have The Operators House, The Abutments, And Approaches. The Pier Being Removed Will Be To At Least The Existing Mud Line. options For Crane Setup Location Include But Are Not Limited To Canal And Railroad Bridge Approaches. It Is Undetermined If One Or Both Portions Of Each Railroad Bridge Approach May Be Used For Access And Staging. It Is Undetermined If Bubble Curtains, Coffer Dams, Or A Fish Window Will Be Required For The Removal Of The Railroad Bridge. removal And Transfer this Option Would Be The Removal Of The Bridge Components Described Above. The Center Bridge Span And Each Individual Tower Would Be Removed For Transport. These Components Of The Bridge Would Need To Be Removed And Transported In A Manner That Would Allow For Reassembly And Reuse. The Distance Of Transport Could Be The Length Of The Canal And Across The Bay. All Other Components Of The Bridge Described Above Would Be Disposed Of Or Recycled And Transported By Any Means. Transportation May Be Under A Separate Contract With A Non-corps Entity. removal And Disposal this Option Would Also Be The Removal Of The Bridge Components Described Above. All Components Could Be Removed By What Is Deemed As The Most Appropriate Size By The Contractor And All Materials Would Be Recycled Or Disposed Of. the Estimated Price Range For This Project Is $5 – $10 Million capabilities/ Qualifications And Proposed Methodology: 1. Describe Your Method For Crane Setup Of The Railroad Bridge Removal. 2. Describe Your Method For Removal Of The Towers And Lift Span. 3. Describe Your Method For Taking The Towers Down From The Canal. 4. Describe Your Method For Transporting The Concrete Rubble. 5. Describe Your Method Of Transport Of Steel From The Towers And Lift Span To The Recycling Center. 6. Describe Your Method Of Removal Of Concrete Abutment And Approach Above The Water Line. 7. Describe Your Process For Under Water Removal Of Concrete. 8. Offeror’s Type Of Small Business And Business Size (small Business, Certified 8a, Certified Hub zone, And Service-disabled Veteran-owned Small Business (sdvosb), Etc.) anticipated Solicitation Issuance Date Is On Or About April 2027. The Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov And Inviting Firms To Register Electronically Receive A Copy Of The Solicitation When It Is Issued. results Information respondents Will Not Be Notified Of The Results Of The Evaluation. Firms Responding To This Source Sought Announcement, Who Fail To Provide All Of The Require Information Requested, May Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. your Response Is Limited To 10 Single-sided Pages Total Using 10pt Font. Please Label Your Email Response As Follows: Subject: Response To W912p7-25-s-0001: Sources Sought Market Research For Hypothetical Railroad Bridge Removal. all Interested Contractors Or Potential Offerors Having The Skills And Capabilities Necessary To Perform The Described Services Above Should Notify This Office In Writing By Email By 3:00pm Pacific Time On 06 November 2024. Submit Response And Information To: Karen.
Closing Date6 Nov 2024
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Software and IT Solutions
United States
Details: In Accordance With The Faa Acquisition Management System (ams), Section 3.2.2.4, Single Source, The Purpose Of This Announcement Is To Inform Industry Of The Basis For The Faa's Decision To Enter Into A Contract On A Single Source Basis With Allium Us Holding Llc (accuris) For An Engineering And Constructions Industry Standards Subscription. The Contract Is For A Base Year. the Faa Air Traffic Organization (ato) Technical Operations Services (tos) In Ajw Has A Requirement For A Subscription For Online Access To The Latest Industry Standards For Engineering And Construction For All Faa Personnel. in Order To Meet Faa Mission Requirements, It Is Necessary For The Faa To Have Online Access To The Latest Industry Standards For Use In Design And Construction Of Faa Facilities, And Installation Of Faa Electronic Equipment. At A Minimum, The Faa Requires The Capability To View And Download Standards From The Following Organizations: faa Standards And Orders national Fire Protection Association (nfpa) american Society For Quality (asq) international Code Council (icc) 2009 architectural/engineering/construction Collection institute Of Electrical And Electronics Engineers (ieee) telecommunications Industry Association (tia) american Society Of Civil Engineers (asce) american National Standards Institute (ansi) in Order For The Faa To Ensure Compliance With Military And Federal Policies And Other Requirements As Stated Above, The Ato-ajw Engineering Services Group Requires A Product Which Can Meet The Following Minimum Requirements: a. Provide A Bibliographic Records Search – The Ability To Search Existing Industry Standards And Specifications, Whether Or Not The Documents Are Part Of A Faa Paid Access Subscription. For Any Documents Not Part Of The Faa Paid Access Subscription, The Product Must Provide The Capability For The User To Purchase These Additional Documents. • Online Search Capability And Indexing Of At Least 90% Of The Industry Standards Development Organizations (estimated To Be Over 450 Such Organizations). • Online Search Capability And Indexing Of Over 350,000 Military And Federal Standardization Documents. • Keyword Searches Made Using Words Found In The Document Titles And Abstracts. • Document Number Searches Using The Full Document Number, Or Part Of A Number. • The Name, Address, And Contact Numbers For All Originating Organizations Will Be Included. Organizations Can Be Identified By Either Their Acronym Or Full Name. • Document Summaries (bibliographic Records) Will Provide Full Document Titles Including Revision, Supplement, Addenda, Errata Indication, And Cross Referencing To Superseded Material, Document Number, Number Of Document Pages, Publication Date, Indication Of Ansi Approval, Dod Adoption, Whether The Document Is New Or Has Been Revised Since The Previous Update, Abstracts (where Available), And Any Additional Information Available. • Provide Priority Document Lists That Can Be Generated By The User For Quick Document Access And Automatic Update Notification. b. Provide A Paid-access Subscription – A Subset Of Most Often Used Industry Standards And Specifications Of Which The Faa Has Paid For Full Access To And Allows Qualified Users To: • Use The Same Bibliographic Records Search As Stated In Section A. • Open The Full Text Of The Document Online From The Search Results. • Download A Copy Of The Document To The User’s Local Hard Drive. • Print The Document From The Online Version Or The Local Hard Drive Copy. • All Document Files Are Printable At A Minimum Of 300 D.p.i. (dots Per Inch) Resolution. These Images Can Be Accessed Using Adobe Acrobat Reader Through A Standard Internet Browser. Adobe’s Page Handling Capabilities When Viewing Will Include: • The Ability To Enlarge (zoom), Multiple Times If Required, Any Portion Of The Page. • The Ability To Turn A Page Through 360 Degrees In 90-degree Increments. • The Ability To Print An Enlarged Portion Of A Page, Single Page, Range Of Pages, Or The Entire Document To Paper. • The Printed Page Will Include The Name Of The Copyrighting Organization. The Index Will Use The Search And Retrieval Software To Facilitate Access To Document Summaries Or Document Pages Via A Number Of Different Search Paths Including: • Document Number • Keywords From Document Titles And Abstracts • Organization Name Or Acronym • Ansi Approved Documents • Dod Adopted Documents • Documents Recently New Or Revised • Federal Supply Class • Document Type (military Drawings, Nato Documents, Etc.) c. Provide A Custom Collection Of Industry Standards And Specifications – In Order For The Faa To Effectively Use Available Funding, The Vendor Must Provide The Ability To Create Custom Standard Collections Based On Individual Standards From Various Standards Developing Organizations And Not Wholesale Access To Entire Sets Of Standards From Any Specific Standards Developing Organization. accuris Is The Only Provider Capable Of Meeting These Requirements. Accuris Is The Only Known Source That Can Meet The Full Range Of The Faa’s Engineering And Construction Standards Access Requirements, To Include The Provision Of A Searchable Database With Indexing Power And Image Handling Capabilities. any Questions Or Comments About This Announcement May Be Directed To The Contracting Officer, Timothy Thannisch, At Timothy.g.thannisch@faa.gov By 5:00 Pm Et On October 22, 2024.
Closing Soon22 Oct 2024
Tender AmountRefer Documents 

NATIONAL FOOD AUTHORITY PALAWAN BRANCH OFFICE Tender

Civil And Construction...+2Excavation, Construction Material
Philippines
Details: Description Request For Proposal Negotiated Procurement Under Small Value Procurement For The Conduct Of Geotechnical Investigation In Narra, Palawan (rebidding) 1. The National Food Authority, Through Its Branch Procurement Committee (palawan Branch), Intends To Engage The Services Of A Consultant For The Conduct Of Geotechnical Investigation For The Construction Of Warehouse And Post-harvest Facilities Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulation Of Ra 9184. The Details Of The Project Are Specified In The Terms Of Reference (tor). 2. The Approved Budget For The Contract (abc) Is Three Hundred Thousand Pesos Only (php 300,000.00), Inclusive Of All Applicable Government Taxes, Charges, Professional Fees, And Other Incidental And Administrative Costs. Proposal Received In Excess Of The Abc Shall Be Automatically Rejected At The Proposal Opening. Contract Name: Conduct Of Geotechnical Investigation Contract Location: Narra, Palawan Contract Duration: 15 Calendar Days Abc (inclusive Of Vat): P 300,000.00 3. Bidders Shall Submit Three (3) Copies Of Their Eligibility And Technical Documents In One Sealed Enveloped Marked “technical Proposal”. And Their Financial Proposal In Another Sealed Envelope Marked “financial Proposal”, Sealing Them All In Another Envelope With The Name Of The Contractor And Title Of The Procurement Project, And Submit To Branch Procurement Committee (bpc) Secretariat On Or Before October 23, 2024 (9:30 Am), At Nfa Palawan Branch Office, City Government Center, Bgy. Sta. Monica, Puerto Princesa City, Palawan. Late Submission Shall Not Be Accepted. A. Eligibility Documents A. Certified Photocopy Of Philgeps Registration Number Or Certified Photocopy Of Valid Philgeps Registration Platinum Membership; B. Certified Photocopy Of Current Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; C. Quarterly Income/business Tax Return (1st And 2nd Quarter For The Year 2024); D. Notarized Omnibus Sworn Statement; E. Signed/conformed Terms Of Reference (every Page). B. Technical Documents A. List Of All Completed Contracts In The Last 5 Years Supported By Any Of The Following: I. End User’s Certificate Of Completion And Acceptance; Ii. Sales Invoice(s) For The Said Completed Contract; Iii. Official Receipt(s) For The Said Completed Contract. B. List Of All On-going And Awarded But Not Yet Started Contracts; C. Curriculum Vitae (cv) For Professional Staff/key Personnel Supported With A Copy Of Prc Professional License (for Geodetic Engineer/civil Engineer); D. Technical Proposal Which Includes The Approach, Work-plan, Personnel And Schedule. C. Financial Proposal A. Financial Proposal (must Be Inclusive Of All Government Taxes And Charges) 4. The Schedule Of Bidding Activities Are As Follows: Activities Schedule Posting Of The Request For Proposal - October 16, 2024 Deadline Of Submission Of Proposal - October 23, 2024, 09:30 A.m. Opening Of Bids/proposals - October 23, 2024, 10:00 A.m. 5. Bidding Documents May Be Acquired By Interested Bidders From National Food Authority Palawan Branch Office At City Government Center, Bgy. Sta. Monica, Puerto Princesa City, Palawan Upon Payment To The Nfa Cashier Of Non-refundable Fee Amounting To Five Hundred Pesos (₱ 500.00). 6. Bidding Will Be Conducted Through Simultaneous Opening And Evaluation Of Technical Proposals Which Will Be Opened Using Non-discretionary “pass/fail” Criterion As Specified In The Revised Irr Of Ra 9184. 7. Proposals Shall Be Evaluated Using The Quality-cost Based Evaluation (qcbe) Procedure At A Weight Ratio Of 60% For The Technical Proposal And 40% For The Financial Proposal. The Detailed Criteria And Rating System For Evaluation Is Provided In The Tor. The Technical Proposal Together With The Financial Proposal Shall Be Considered In The Evaluation Of Consultants. The Technical Proposals Shall Be Evaluated First. Then, The Financial Proposals Of The Consultants Who Qualify Or Meet The Minimum Score For The Technical Proposal Shall Be Opened. 8. The National Food Authority Palawan Branch Office Reserves The Right To Accept Or Reject Any Or All Proposal, To Waive Any Defects Or Informalities Therein, To Annul Or Cancel The Procurement Process Any Time Prior To Contract Award And Accept The Proposal Most Advantageous To The Government Without Thereby Incurring Any Liability To The Affected Bidder/s. 9. For Further Information, Please Refer To: Name Of Contact Person : Roxanne B. Cayabyab Head, Secretariat Engr. Lenard V. Desamito Bpc Vice Chairperson Postal Address : National Food Authority, Palawan Branch Office, City Government Center, Bgy. Sta. Monica, Puerto Princesa City, Palawan 5300 Telephone No.: (048) 717-4776/ 0917-122-9490 E-mail Address : Palawan@nfa.gov.ph Website : Www.nfa.gov.ph 10. You May Visit The Following Websites For Downloading Of The Bidding Documents At Philgeps.gov.ph And Nfa.gov.ph Approved By: Jayson V. Prudente Chairperson, Branch Procurement Committee
Closing Soon23 Oct 2024
Tender AmountPHP 300 K (USD 5.2 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: General. This Is A Sources Sought And Is For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. this Sources Sought Is To Gain Knowledge Of The Interest, Capabilities, And Qualifications Of Industry So The Government Can Make Informed Business Decisions. We Are Seeking Responses From Both Large And Small Business Members Of Industry To Include: Small Business, Small Disadvantaged Businesses To Include 8(a) Firms, Historically Underutilized Business Zones (hubzone), Woman-owned Small Business (wosb) To Include Economically Disadvantaged Women-owned Small Business (edwosb), Service-disabled Veteran-owned Small Business (sdvosb) And Veteran Owned Small Business (vosb). All Interested Parties Are Highly Encouraged To Respond. reponses To This Sources Sought Announcement Will Be Used By The Government To Make Business Decisions And To Inform Potential Future Solicitations. the North American Industrial Classification Code (naics) For This Requirement Is: 237990 – Other Heavy And Civil Engineering Construction. The Related Size Standard Is: $45 Million. the Product Service Code (psc) For This Requirement Is: Z2ka – Repairs Or Alteration Of Dams formal Sources Sought Response Due – 31 October 2024 At 3:00 Pm Pacific Time. project Background. Rock Has Been Migrating Into The Bonneville Dam Spillway Stilling Basin Which Causes Damage To The Concrete And Requires Non-routine Rock Removal On A Semi-annual Basis. Usace Has Determined That Constructing Two Concrete Structures On The Spillway Apron Will Prevent Rock From Migrating To The Middle Of The Spillway And Jumping Into The Stilling Basin. It’s Anticipated That Rock Will Accumulate Against These Structures And Can Be Removed With Routine Flushing Spills. project Scope. The Scope Of This Project Includes Constructing Two Concrete Barriers On The Spillway Apron. The Barriers Will Be Approximately 17-ft Tall X 13-ft Wide X 80-ft Long And Will Be Constructed Of Pre-cast Concrete Hollow Cell Blocks. The Pre-cast Blocks Will Be Formed And Backfilled With Tremie Concrete. All Construction Will Be Done In The Wet Up To 40 Feet Below The Water Surface. The In-water-work Period For This Project Is November 1 Through February 28. The Major Features Of Work Include Pre-cast Concrete Block Construction, Underwater Formwork And Concrete Placement, And Rock Removal From The Spillway Apron And Stilling Basin. the Following Information Represents The Project Objectives: construct Concrete Barriers Underwater. Includes Pre-cast Concrete Construction And Placement, Underwater Formwork, And Tremie Concrete. remove Rocks From The Spillway Basin Requiring Use Of Barge(s) And Heavy Equipment. anticipated Construction Schedule: Cenwp Intends To Advertise (may 2025) And Award (september 2025) Construction Contract With Estimated Construction Completion By The End Of Calendar Year 2026. estimated Construction Cost (ecc): The Current Ecc Is More Than $10,000,000. Ref. Far 36.204 Disclosure Of Magnitude And Dfars 236.204 Disclosure Of Magnitude. number And Type Of Contracts: Nwp Contemplates Awarding One (1) Firm-fixed Price Construction Contract. The Acquisition Strategy Decision Has Not Yet Been Determined. Maximum Small Business Participation Is Being Sought At Both The Prime And Subcontracting Levels. anticipated Source Selection Process: The Expected Method To Determine The Best Value To The Government Is Best Value Trade Off (bvto). project Specific Constraints And Challenges: water Will Be Performed Over-water With All Construction In-the-wet In Approximately 40 Feet Of Water the Project Includes Underwater Formwork And Concrete the Project Will Require Environmental Controls And Concrete Mix Designs That Will Prevent Underwater Concrete Migration in-water Work (iww) Must Be Performed During The Iww Period (nov 1-february 28). questions For Industry: is There Anything In Our Sow That Would Discourage You From Bidding? is There Anything In Our Sow That Would Cause Enhanced Pricing Uncertainty? are There Any Market Conditions Or Industry Practices That You Feel The Government Needs To Be Aware Of? submission Instructions. Formal Responses To This Sources Sought Notice Must Be Submitted Electronically (via Email) With Subject: Sources Sought – Pannwd-24-p-0000 004570 Bonneville Spillway Rock Mitigation. Please Email To Andrea Smothers, Contracting Officer, At Andrea.k.smothers@usace.army.mil And Kristel Flores, Contracting Specialist, At Kristel.m.flores@usace.army.mil, Before 3:00 Pm Pacific Time On 31 October 2024. interested Parties’ Responses To This Sources Sought Shall Be Limited To Six (6) Pages And Should Include The Following Information: firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Unique Entity Id. firm's Business Category And Size: Large Business (include Summary Of Small Business Participation Metrics), Small Business, Small Disadvantaged Businesses To Include 8(a) Firms, Historically Underutilized Business Zones (hubzone), Woman-owned Small Business (wosb) To Include Economically Disadvantaged Women-owned Small Business (edwosb), Service-disabled Veteran-owned Small Business (sdvosb) And At The Subcontracting Level, Veteran Owned Small Business (vosb). an Explanation Of The Prime Firm’s Capabilities, Special Qualifications/certifications And Equipment And Describe The Work To Be Self-performed As It Pertains To The Proposed Work Outlined In The Project Scope. a Description Of Work Performed Under Similar Project Constraints And Challenges Listed Under Paragraph 3. project Examples (for Joint Ventures, Please Include Projects Completed By The Joint Venture If Available): to Be Considered For A Potential Set Aside Strategy, Provide A Maximum Of Three (3), Minimum Of One (1), Underwater Concrete Construction Project(s). These Project Examples Must Be Similar In Size, Scope And Complexity To The Work Described In Paragraph 3 Of This Notice, With A Description Of Each Project (to Include Pertinent Qualitative And Quantitative Information About Featured Scope Elements), And Include The Following: project Title contract Number contract Award Date customer Name, Phone Number And Email Address prime Or Subcontractor initial Contract Dollar Value final Contract Dollar Value initial Contract Completion Date final Contract Completion Date customer Satisfaction the Government May Verify Information In Cpars Or Ppirs. firm's Joint Venture Information If Applicable - Existing And Potential. firm's Bonding Capability. firm's Interest And The Likelihood In Bidding On The Solicitation When It Is Issued. (refer To Planned Advertise And Performance Dates) responses To The Government’s Questions In Paragraph 5 And Any Other Information The Contractor Feels The Government Needs To Be Aware Of. disclaimer And Important Notes. this Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. all Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov To Have Size Status Considered. You Must Remain Current For The Duration Of The Source Selection Process To Be Eligible For Award Of A Government Contract. attachments. draft Plans & Specifications
Closing Date31 Oct 2024
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Machinery and Tools
France
Details: Acquisition, Delivery, Installation and Training in the Use of an Instrumented Indentation Device (nanoindentation) and Its Tools for Carrying Out Practical Work on Civil Engineering Materials (dedicated to Teaching).
Closing Date31 Oct 2024
Tender AmountRefer Documents 

Municipality Of Sibutad, Zamboanga Del Norte Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Municipality Of Sibutad Bids And Awards Committee October 3, 2024 Invitation To Bid The Local Government Unit Of Sibutad, Zamboanga Del Norte Through The Bids And Awards Committee Invites Potentials Bidders To Apply For Eligibility And Its Subsequent Eligible, To Bid For: 1. Name Of Project: Improvement Of Piñahon Island Sibutad, Zamboanga Del Norte 2. Location: Piñahon Island, Sibutad, Zamboanga Del Norte 3. Project Category: Public Bidding 4. Source Of Funds: 20% Df, Fy 2023 5. Project Description: Improvement Of Piñahon Island, Sibutad, Zamboanga Del Norte 1. Improvement Of 2.70mx5.00m Comfort Room Both Male And Female, Complete Tile Works, Repair Of Ceiling, Construction Of 1.50mx2.00mx5.00m Septic Vault, Complete Plumbing Works Which Is Also Utilized For Façade, Roofing, Baluster And Complete Plumbing Works And Painting. 6. Approved Budget For The Contract: Php 499,998.11 7. Project Duration: 60 Cd 8. Minimum Equipment Requirement: Minimum Technical Personnel Required: 1 Civil Engineer 1 Construction Foreman 1 Master Plumber Item No. Quantity Unit Description I 12.00 Cu.m. Item 102(3) – Surplus Rock Excavation Ii 22.00 Cu.m Item 508 – Hand Laid Rock Embankment Iii 826.46 Kgs. Item 404 – Reinforcing Steel Iv 7.011 Cu.m Item 405 – Structural Concrete V 22.61 Sq.m. Item 903(2) – Formworks And Falsework Vi 24.40 Sq.m. Item 1027 – Cement Plaster Finish Vii 2.00 Pcs Item 1002(b) – Galvanized Iron Pipes & Fittings Viii 22.60 Sq.m. Item 1014(2.1) – Pre-painted Roofing Sheets Ix 354.33 Bf Item 1003(2.1) – Lumber, Gemelina X 52.90 Sq.m. Item 1003(2.3) – Plywood Xi 24.00 Kgs Item 1004(1) – Rough Hardware Xii 6.00 Sets Item 1004(2) – Finishing Hardware Xiii 2.00 Units Item 1010(b) – Door Panel Xiv 7.00 Sets Item 1002(c) – Plumbing Fixtures Xv 32.00 Pcs Item Spl(b) – Concrete Baluster Xvi 39.74 Sq.m. Item 1018(2.1.1) – Glazed Tiles And Trims Xvii L.s. L.s. Item 1002(2.3) – Approved Alternate Pipes & Fittings Xviii 15.00 In.m. Item 1602(4) – Pvc Polyvinyl Chloride Pipe Xix 108.61 Sq.m. Item 1032(a) – Painting Works Xx 1.00 Unit Item Spl(c) – Project Billboards Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Net Contracting Capacity Of At Least Equal To The Abc Or Credit Lines Commitments/cash Deposit From A National Profitable Commercial Bank Subject For Verification. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Checks/screening As Well As The Preliminary Examinations Of Bids, Evaluation Of Bids, Post Qualification Of The Lowest Calculated Bid Award. Schedule Of Procurement Activities 9. Issuance Of Result Of Eligibility Check October 3 – 24, 2024 10. Issuance Of Bid Documents October 3 – 24, 2024 11. Pre-bid Conference October 17, 2024 12. Receipts Of Bids (tech/financial Proposal) Not Later Than September 23, 2024 5:00 P.m. At Bac Secretariat Office 13. Opening Of Bids October 24, 2024 9:00 A.m. At Bac Office, Lgu-sibutad, Z.n. All Particulars Relative To Eligibility Statement And Screening Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Govern By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irra). The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of The Amount Based Of The Standard Rates Stated Below: Approved Budget Contract Max. Cost Of Bidding Documets (in Phil. Peso) More Than 50,000.00 Up To 500,000.00 500.00 More Than 500,000.00 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 Eligible Contractors Shall Submit Their Duly Accomplished Price Proposals 1st Envelope(technical Proposal) And 2nd Envelope (financial Proposals) To The Bac Secretariat, Bac Office, Lgu- Sibutad, Zamboanga Del Norte Not Later Than 5:00 P.m. On October 23, 2024. Sgd. Jonathan V. Redillas Municipal Engineer Bac Chairman
Closing Soon24 Oct 2024
Tender AmountPHP 499.9 K (USD 8.7 K)

Bureau Of Customs Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1 Lot A. General Conditions Complete All Works For The Project “repair And Renovation Of The Office Of Investigation Division, Ciis” Including Supply Of All Materials, Equipment, And Systems, As Well As The Performance Of All Necessary Labor And Processes, In Accordance With The Plans, Specifications, The Bidding Documents, The Terms Of References And Other Related Contract Documents. The Contractor Is Not Limited To The Scope Of Works Listed. He Should Verify All Plans And Actual Conditions For The Necessity Of Work. If The Actual Situation Calls For Demolition, Removal, And Relocation He Shall Include Such And All Concomitant Works To Finish As Part Of The Scope Of Work. Any Discrepancies Found Between The Drawings And Specifications And The Site Conditions Or Any Errors Or Omissions In The Drawings Or Specifications Should Be Clarified With The Architect/consultant/engineer. Should The Contractor Fail To Verify Or Clarify Discrepancies, Errors, Conflicts, Or Omissions In The Drawings And Specifications, It Shall Be Deemed That The Contractor Has Included In The Preparation Of His Bid The Necessary Works, Materials, Or Items Needed To Satisfy The General Scope Of Works. During The Renovation Phase To Completion, The Contractor Shall Deploy A Licensed Civil Engineer And Architect To Supervise And Direct The Work Of His Staff In Carrying Out The Activities Required To Ensure That The Specified Works Are Constructed In Full Accordance With The Approved Contract Documents And Shall Be Responsible For All Aspects Of The Project. B. Scope 1. Mobilization A. Preparation Of Logistics Of Contractor’s Equipment; B. Setting Up Of Temporary Facilities Within The Site; C. Setting Up Of Necessary Water And Power Lines Required For The Project; D. Setting Up Of Temporary Fence Enclosure; E. Installation Of Project Details Tarpaulin Signage (30x20”) With Frame Located At The Front Of The Project Site Location; And F. Inventory Of Items To Turn Over. 2. Demobilization A. Site Demolition And Dismantling Of Existing Concrete Walls, Dry Walls, Ceiling And Electrical Wirings; B. Hauling Of Debris And Materials From The Project Site To The Appropriate Disposal Area; And C. Within 10 Calendar Days Upon Completion Of The Project, The Contractor Shall Submit One (1) Complete Set Of As-built Plans (printed In Blueprinted Paper) Duly Signed And Sealed By The Contractor, Drawn In 24” X 36” Drawing Sheets. 3. Carpentry Works A. Supply And Installation Of 9mm Thk. Ficem Board With Complete Standard Metal Furring Support On All Ceilings As Shown In The Plans And Bill Of Quantities (boq); B. Supply And Installation Of 9mm Thk. Ficem Board With Complete Standard Metal Stud Support On All Drywalls As Indicated In The Plans And Boq; C. Installation Of Fluted Pvc Wall Panel Backdrop As Shown In The Perspective And Boq; And D. Fabrication Of Built-in Cabinets, Shelves And Reception Table As Indicated In The Plans, Perspective And Boq. 4. Painting Works A. All Surface Defects Shall Be Repaired And All Surfaces Shall Be Scraped To Remove Deteriorated Coatings And Other Deleterious Materials. Surfaces Shall Then Be Cleaned With Steam Or With A Commercial Cleaner To Remove All Grease, Oil, And Chemical Residues; B. Prior To Painting Works, Surfaces On Masonry, Wood, And Metal Must Be Free From Any Dirt, Grease, Old Paint, And Rust, Eliminate Loose Or Peeling Paint, And Get Rid Of Rust Deposits Before Applying Primer/putty And Paint Finish; And C. Contractor Shall Ensure That All Delivered Painting Materials To The Work Site Shall Be In Original Containers With Seals And Labels Intact. Containers Shall Not Be Opened Until After They Have Been Inspected By The End-user Or Its Duly Authorized Representative. 5. Finished Hardware A. Supply And Installation Of Tempered Glass Door For The Main Door As Indicated In The Plans And Boq; B. Supply And Installation Of Solid Panel Doors Including Door Jambs And Accessories As Indicated In The Plans And Boq; C. Supply And Installation Of Hidden Door With Pvc Fluted Wall Panel Including Complete Accessories As Indicated In The Plans And Boq; And D. Supply And Installation Of Pvc Doors For Comfort Rooms With Complete Accessories As Specified In The Plans And Boq. 6. Floor And Tiling Works Supply And Installation Of 60cm X 60cm Floor Tiles Including Wall Tiles For Comfort Rooms As Specified In The Plans And Boq. 7. Plumbing Works Replacement Of Water Closets, Wall-hung Lavatories, Urinal, Pipes And Fittings With Complete Accessories As Indicated In The Plans And Boq. 8. Electrical Works A. Supply And Installation Of All Lighting Fixtures As Shown On The Reflected Ceiling Plan (rcp) Or As Specified By The Architect And/or End-user’s Representative; B. Supply And Installation Of Wiring Devices, Switches, Outlets, And Accessories As Shown In The Plans And Boq; And C. Supply And Installation Of Wiring Cables And Roughing-ins As Per Plans And Boq. 9. Concrete And Masonry Works Provision Of Concrete Walls For The Interview Room As Shown In The Plans And Boq. 10. Others Supply And Installation Of 2-pc. 700 Mm Diameter Boc Seals As Indicated In The Plans And Boq. 11. Permits, Licenses, And Taxes A. The Contractor Shall Secure And Pay All Permits, Fees, Licenses, Taxes, Etc. Necessary For The Execution Of The General Construction Works For The Project. B. The Contractor Shall Prepare The Complete Contract Documents Consisting Of Detailed Designs And Construction Drawings (architectural, Electrical, Structural, Mechanical, Plumbing/sanitary, Electronic And Communication Layout) In Accordance With The Municipal Engineering Office For The Building Permit Purposes; And C. The Contractor Shall Prepare A Weekly Progress Report Which Shall Include An Overall Progress Chart Based On Actual Physical Accomplishment Of Construction Work And A Progress Chart Based On Actual Value Of Accomplished Construction Work, Among Others. 12. Certification A. The Contractor Must Possess At Least A Pcab License Category C&d, Size Range Small B; B. The Contractor Shall Submit A Certificate Of Satisfactory Performance Issued By The Bureau Of Customs (boc) (for Entities With Previous/ongoing Contract/s With The Boc); In The Absence Of Contract/s With Boc, From Any Other Office/agency; And C. The Contractor Shall Submit An International Organization For Standardization (iso 9001:2015) Certificate In Construction And Contracting Issued By An Iso Certifying Body. 13. Terms Of Payment The Billing Schedule Specified In The Table Below Shall Be Followed By The Contractor: Order Of Billing Project Accomplishment Percentage First (1st) Billing At Least 50% Of The Work Has Been Accomplished Second (2nd) Billing At Least 80% Of The Work Has Been Accomplished Final Billing 100% Accomplished C. Specifications All Drawings, Whether Small Scale Or Detailed Drawings, Are Intended To Work In Unison With The Specifications And To Form Part Thereof, When Figures Are Given, They Are To Be Followed In Preference To Measurement By Scale. Anything Shown In The Drawings But Not Mentioned In The Specifications (or Vice-versa) Or Anything Not Expressively Set Forth In Either (but Which Is Reasonably Implied) Shall Be Furnished And Installed As Thought Specifically Shown In Mentioned Both. 1. Pre-construction Phase Guidelines A. A Joint Site Inventory Must Be Conducted And Signed By The Contractor, Gsd, And End-user; B. The Contractor Must Submit To Gsd His Program Evaluation Review Technique (pert) Chart/critical Path Method (cpm) Chart In Gantt Chart Form Before The Start Of The Project; C. The Contractor Must Submit To Gsd The List Of Manpower That Shall Be Utilized For The Project Along With Their Respective Designations/roles And Corresponding Qualifications. The Most Notable Figure For The Project Must Be The Project Manager, Preferably An Architect Or Engineer; And D. The Minimum Work Experience Requirements For Key Personnel Are The Following: Key Personnel Requirement Relevant Experience Project-in-charge Bachelor Of Science In Architecture/bachelor Of Science In Civil Engineer (licensed Civil Engineer/ Licensed Architect) And Building Construction Experience Five (5) Years Registered Electrical Engineer Registered Electrical Engineer And Building Construction Experience Five (5) Years Master Plumber Registered Master Plumber And Building Construction Experience Five (5) Years Safety Officer Building Construction Experience, National Certification Level Ii And Construction Occupational Safety And Health (cosh) Certificate Five (5) Years Foreman Building Construction Experience Five (5) Years Carpenter Building Construction Experience Five (5) Years Welder Building Construction Experience And National Certification Level Ii Five (5) Years Plumber Building Construction Experience And National Certification Level Ii Five (5) Years Electrician Building Wiring Installation Experience And National Certification Level Ii Five (5) Years Painter Building Construction Experience Five (5) Years Mason Building Construction Experience Five (5) Years Tile Setter Building Construction Experience Five (5) Years Laborer Building Construction Experience Three (3) Years Warehouseman Building Construction Experience Three (3) Years E. The Minimum Major Equipment Requirements Are The Following: Equipment/tools Number Of Unit/s 1 4x2 Mini Dump Truck (4 Cubic Meter Capacity) 1 Lot/ As Necessary 2 6-wheeler Elf Truck (18ft Length) 1 Lot/ As Necessary 3 One Bagger Concrete Mixer 1 Unit 4 Chipping Gun 1 Unit 5 Jackhammer 1 Unit 6 Rotary Hammer Drill 2 Units 7 Electric Drill 2 Units 8 Cut Off Machine 1 Unit 9 Electric Jig Saw 1 Unit 10 Circular Saw 1 Unit 11 Table Saw 1 Unit 12 Angle Grinder 2 Units 13 300a Welding Machine 2 Units 14 Megger Test Equipment 1 Unit 15 Multi-tester Equipment 1 Unit 16 Self-levelling Laser 2 Units 17 Nail Gun 1 Unit 18 Paint Sprayer 2 Units 19 Air Compressor 2 Units 20 Pipe Fusion Welding Machine 1 Unit 21 Tile Cutter Machine 1 Unit 22 Vacuum Cleaner 2 Units 23 Electric Sander 1 Unit 24 Wood Router 1 Unit 25 Pressure Washer 1 Unit 26 Construction Ladder 1 Lot 27 Scaffolding And Accessories 1 Lot 28 Personal Protective Equipment (ppe) 1 Lot 2. Implementation Phase Guidelines A. The Contractor Must Submit Weekly Progress Reports As Mentioned In Item B.11.c Of This Document Including Photo Documentation And Weather Updates To Gsd; B. The Contractor Must Submit Weekly Their Daily List Of Manpower; C. The Project Manager, Who Must Be A Technical Professional, Must Be Present At The Project Site At All Times To Properly Monitor/oversee The Project As Technical Representative Of The Contractor’s Side; D. Boc, Thru Its Technical Inspection And Acceptance Committee (tiac) For Civil Works, Reserves Its Right To Conduct Monitoring Inspections, Aside From The Inspections For Billing Purposes. The Project Manager Must Always Be Present, Especially During Inspections For Billing Purposes, To Ensure Proper Communication Instead Of Relying On The Foreman Or Laborers Only; E. The Approved Floor Plan And Perspective Drawings Must Be Posted On A Wall Or Board So That They Are Readily Available And Visible Whenever Necessary; F. Materials To Be Used In The Construction/renovation Must Follow Those Specified In This Document (scope Of Work), The Drawings, And/or The Boq. The Contractor Must First Secure Proper Approval Of Materials To Be Installed Via A Written Document Duly Approved By Both The End-user And Gsd. Any Change In Materials Must Also Have Proper Indorsement Thereafter. G. All Testings/activities (e.g., Waterproofing Test, Leak Test, Slump Test, Continuity Test, Insulation Resistance Test, Earthing Test, Pest Control Chemical Certificate, Etc.) Conducted By The Contractor Must Be Done With The Presence Of A Gsd Engineer/architect. Corresponding Reports Must Be Submitted To Gsd For Documentation And Validation Within Three (3) Calendar Days Upon Completion Of The Said Testing/activity; And H. Punchlisting Shall Be Conducted Upon 95.00% Completion As Ascertained By The Tiac. 3. Carpentry Works All Wood Shall Be Treated With Colorless Anti-termite Wood Preservatives. A. Ceiling Ceiling Works Shall Utilize 9mm Ficem Board With Complete Standard Metal Furring Supports. B. Wall Drywall Partition Use 9mm Thk. Ficem Board With Complete Standard Metal Studs Supports. 4. Tiling Works Tiles And Their Accessories Must Be Free From Defects That Affect Their Quality, Appearance, And Strength. All Tiles Shall Be Set To Correct Grades And Levels True To Lines, Laid Even. Submit Material For Approval. Use 60 X 60 Cm Floor And Wall Tiles In All Areas, Including The Wall Tiles For The Comfort Rooms. Use Heavy-duty Tile Adhesive And Tile Grout Joint Filler. Use T-trim/threshold Between Two Different Tile Materials. 5. Painting Application Of Plastered Paint Finish On All Interior And Exterior Walls/partitions, Ceiling, And Concrete Surfaces Within The Scope Of The Interior And Exterior Renovation Works Unless Otherwise Indicated In The Plans And Specifications. A. All Paint And Accessories, Materials Incorporated In Or Forming A Part Thereof Shall Be Subject To The Approval And Selection Of Color, Tint, Finish, Or Shade By The Architect; B. Painting Of All Surfaces, Except Otherwise Specified Shall Be (3) Coats Work, One Primer And Two Finish Coats; C. All Paint Materials Shall Meet The Requirements Of Paint Materials Under Class A; D. All Surfaces To Be Painted Shall Be Examined Carefully Before Beginning Any Painting Work, And Other Trade Works Installed In Workmanship Condition To Receive Paint Or Ant Particular Finish; E. All Paint Materials Shall Meet The Requirements Of The Specifications Set By Gsd And Shall Be Delivered On The Job In The Original Container, With Labels Intact And Seal Unbroken. F. Concrete Surfaces; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. G. Drywalls; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paint For Cubicle Partition Only; H. Wooden And Metal Surfaces; Automotive Lacquer Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paints; And I. Color Pigments Shall Be Used To Produce The Exact Shades Of Paint, Which Shall Conform To The Approved Color Scheme. 6. Electrical Works A. Quality Assurance - All Materials To Be Used Shall Be New And Shall Conform With The Reference Codes And Standards. Use Of Materials Shall Be Further Be Governed By Other Requirements, Impose On Other Sections Of These Specifications. Materials Shall Be Subjected To The Necessary Tests For Their Suitability Where Required; B. Alternate Materials - Use Of Any Material, Not Specified In These Specifications May Be Allowed Provided Such Alternate Has Been Approved By The Agency In Accordance With Generally Accepted Standards; C. Identification Of Materials - Each Length Of Pipe, Fitting, Box, Fixture, And Device Used In The Electrical System Shall Have Cast, Stamped Or Indelibly Marked On It The Manufacturer's Trademark Or Name, The Weight, Type And Classes Or Product When So Required By The Standards Mentioned Above; D. Wires And Cables; I. All Wires Shall Be Copper, Soft-drawn And Annealed, Shall Be Of 99% Conductivity, Shall Be Smooth And True And Of The Cylindrical Form And Shall Be Within +/-1% Variation Of The Actual Size Called For. Ii. Wires And Cables Shall Be Plastic Insulated For 600 Volts Working Pressure, Type Thermoplastic High Heat-resistant Nylon-coated (thhn) Unless Otherwise Noted. Iii. All Wires And Cables Shall Be Color Coded, Color-coding Of Wires Are As Follows: (a) Line 1 – Red (b) Line 2 – Yellow (c) Line 3 – Blue Iv. Minimum Size Of Branch Circuit Wire Shall Be 3.5 Mm2 Thhn For Power And Lighting System With 3.5mm2 Thhn Minimum Ground Wire. V. Wires 3.5 Mm2 And Bigger Shall Be Stranded. E. Switches; And I. Switches Shall Be Flush Mounted And Rated At 15 Amperes (amps), 250 Volts, One Way, Three-way As Required. Ii. Switches Shall Be Quiet Type, Spring Loaded, And The Cover Plates Shall Be Subject To The Approval Of The Architect And The Engineer. F. Receptacles I. Receptacles Shall Be Duplex, Flush Mounted And Rated At 10 Amps., 250 Volts, Parallel Or Tandem Slots With Grounding Slots As Required. All 110 Volts Receptacle Outlets Shall Be Rated 15 Amps, 120 Volts. 220 Volts Receptacle Outlets Shall Be Distinct From The 110 Volts Receptacle Outlets In Terms Of Configurations And Shall Be Provided With Markings. Ii. Cover Plates Shall Be Subject To The Approval Of The Architect And The Engineer. Stainless Steel Cover Plate Shall Be Required On All Wet Or Damped Area. Iii. All Receptacle Outlets With Ground-fault Circuit Interrupters (gfci) Shall Be Rated For 250 Volts Application With A Sensitivity Setting Of 300 Milliamps. 7. Plumbing Works A. All Works, Comply With The Requirements And Provisions Of The National Plumbing Code Of The Philippines; B. All Fixtures Shall Be Separately Trapped. The Traps Shall Be Placed As Near As Possible To The Fixtures; And C. No Fixtures Shall Be Double-trapped. Interested Suppliers Are Required To Submit Original/certified True Copy Of The Following: 1) Valid And Current Mayor’s Permit, (in Case Of Expired Mp/bp, Submit Copy Of Recently Expired Permit And Official Receipt As Proof Of Renewal), 2) Dti/sec Registration (for Partnerships/corporations, Attach General Information Sheet & Articles Of Incorporation), 3) Philgeps Registration Certificate, 4) Original Duly Signed Omnibus Sworn Statement (oss) And Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder, 5) Latest Income/business Tax Return, 6) Pcab License (license Category - C & D, Size Range - Small B), 7) Certificate Of Satisfactory Performance Issued By The Bureau Of Customs (for Contracts Entered Into With The Bureau) Or From Any Other Office/agency, If The Former Is Not Applicable And 8) Duly Signed Price Quotation Form (annex “a”). All Must Be Properly Signed And Sealed. Must Be Submitted In Hard Copy. Submission Of Quotation And Eligibility Documents In Hard Copy Is On Or Before October 18, 2024, 10:00 A.m., At General Services Division (gsd), Ground Floor, Ocom Building, Port Area, Manila. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. Awarded Bidder Must Secure Performance Security/performance Bond 30% Of Contract Price Upon Receipt Of Notice Of Award. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Boc Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Proper.
Closing Soon18 Oct 2024
Tender AmountPHP 990.5 K (USD 17.2 K)

Brighton And Hove City Council Tender

United Kingdom
Details: The Council Intends To Let A Dynamic Purchasing System (dps) For The Provision Of The Construction Related Consultancy. A Dps Is A Procurement Procedure Compliant With The Public Contracts Regulations 2015. It Is A Fully Electronic System. It Operates With The Benefits Of A Framework Agreement, Whereby Candidates Confirm At The Time Of Application That They Will Comply With The Dps Agreement Terms And The Call-off Contract Terms Published With The Dps, But Permits More Flexibility Than A Framework Agreement By Allowing Additional Candidates To Be Admitted To The Dps During Its Lifetime. The Dps Will Have An Initial Term Of Four Years, With The Option To Be Extended By Up To A Further Two Years. The Contracting Authorities Intend To Use The Dps To Call For Competition Among Admitted Participants In Order To Award Call-off Contracts For The Provision Of Construction Related Consultancy Services. The Anticipated Total Value Of These Call-off Contracts Is ?2 Million To ?5 Million Over The Term Of The Dps. The Categories Into Which The Dps Is Split, Each Of Which Covers A Role Relating To The Construction Industry From Riba Stages 0-7, Which Are As Follows: 1. Architectural Services 2. Landscape Architect 3. Asbestos Surveyor 4. Building Surveyor 5. Computer Aided Design Technician 6. Clerk Of Works 7. Electrical Engineer/designer 8. Engineering Services (civil And Structural) 9. Financial Viability Assessor 10. Health And Safety Advisor 11. Mechanical Engineer/designer 12. Project Manager 13. Quantity Surveyor/cost Consultant/employer's Agent 14. Urban And Regional Planner
Closing Date31 May 2025
Tender AmountEUR 5 Million (USD 5.4 Million)

London Borough Of Haringey Tender

Services
Civil And Construction...+1Civil Works Others
United Kingdom
Details: The Services To Be Procured Under The Proposed Dps Are Likely To Be Wide And Varied And Cover All Aspects Of Construction, Estates And Property Professional Services To Include But Not Limited To:— Construction Related Multi-disciplinary Services,— Construction Project Management Services,— Highways And Transport Services,— Public Realm And Landscape Services,— Architectural Design Services,— Mechanical And Electrical Services,— Civil And Structural Engineering Services,— Quantity Surveying Services,— Building Surveying Services,— Construction Health And Safety Advisor,— Breeam Assessors,— Specialist Environmental Services,— Asbestos Advisory Services And Surveys,— Site Supervision /clerk Of Works For Construction Projects,— Environmental, Sustainability And Waste Services,— Fire Services,— General Advice On All Aspects Of Estate, Property And Housing Management Services,— Ancillary Services (e.g. Office Support Services, Artificial And Natural Lighting Engineering Services For Buildings, Transport Systems Consultancy Services, Energy And Related Services, Urban Planning Services).the Dps Can Be Filtered By Service Templates Geographical Region And Value Banding. Lcp Members May Therefore Invite All The Suppliers Within A Particular Service Category Requirement. This Option Shall Be Set Out Within Sproc.net At The Time Of Call-off.selection Of Suppliers Will Also Be Subject To A Value Banding Assignment That Will Be Applied And Managed During The Dps By The Lcp. Further Details Are Provided Within The Procurement Documents.the Supplier Agreement Includes A Set Of Terms And Conditions That May Be Utilised By The Parties For Subsequent Call-offs Under The Dps (albeit Contracting Authorities Are Permitted To Substitute Those Terms And Conditions With Their Own Preferred Forms Subject To Their On-going Compliance With The Restricted Procedure Under Which This Dps Is Being Procured).the Dps In Itself Is Therefore Not A Contract; Contracts Are Only Formed When Services Are Called-off Under The Dps. The Tender Documents Issued By Contracting Authorities For Specific Call-offs Under This Dps Will Fully Confirm The Specific Terms And Conditions Applicable For The Execution Of The Services.suppliers Should Also Note That This Dps Places No Obligation On Its Approved Users To Procure Any Construction Estates And Property Professional Services During The Term Of This Dps.lcp Is Working In Association With Adam Htt Limited To Develop And Maintain This Dps.suppliers Should Read This Contract Notice Carefully And In Full Before Submitting Their Application To Join The Dps.
Closing Date8 Feb 2031
Tender AmountRefer Documents 
971-980 of 1021 active Tenders