Civil Engineering Tenders

Municipality Of San Agustin, Isabela Tender

Civil And Construction...+2Civil Works Others, Manpower Supply
Philippines
Details: Description Approx. Area - 392 Sqm. Equipment / Manpower Requirement 1 Civil Engineer 1 Backhoe (0.8-cum) 1 Pumpcrete 1 Welding Machine 1 Foreman 1 Dumptruck 1 Bar Cutter 1 Cutting-outfit 10 Laborer 1 Plate Compactor 1 Bar Bender 1 Lot Power Minor Tools 14 Skilled 1 Concrete Vibrator 1 One-bagger Mixer Prospective Bidders Should Have Experienced An Undertaking Similar To The Abovementioned Project With An Amount Of At Least 50% Of The Abc. The Eligibility Check / Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass Or Fail” Criteria. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Bid Evaluation, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9164 And Its Revised 2016 Irr-a. Failure To Submit The Required Document Under The Bidding Documents Or The Submission Of A Document Which Does Not Comply With The Legal Formalities, Shall Be Rated “failed”. The Local Government Unit Of San Agustin, Isabela Reserves The Right To Reject Any Or All Bids, Waive Any Required Formality And Award The Contract To The Bidder Whose Proposal Has Been Evaluated By The Bac As The Most Advantageous To The Local Government Unit And The Right To Confiscate The Bid Bond And/or Pursue Appropriate Legal Action Should The Winning Bidder Refuse To Accept The Award. Further, The Local Government Unit Of San Agustin, Isabela Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidder For Any Expense Or Loss That They May Incur In This Undertaking Nor Does It Guarantee That An Award Will Be Made.
Closing Date18 Feb 2025
Tender AmountPHP 5 Million (USD 86.4 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: Sources Sought Synopsis for keystone Lake Tainter Gate Repair keystone Lake Dam tulsa County, Oklahoma this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded from This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Be Notified Of The Results Of The Evaluation Upon Request. the U.s. Army Corps Of Engineers – Tulsa Has Been Tasked To Solicit For And Award A Contract For Repairs To The Tainter Gates At The Keystone Lake Dam, In Oklahoma. The Proposed Design-bid-build Project Will Be Procured As A Competitive, Firm-fixed Price Contract In Accordance With Far 15, Negotiated Procurement, Using The Lowest Price Technically Acceptable Approach, Tradeoffs Will Not Be Permitted. The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Businesses, Section 8(a), Hubzone, Sdvosb, And Wosb Businesses Are Highly Encouraged To Participate. this Project Consists Of Repairs To The Floating Bulkhead And Tainter Gates At Keystone Dam. The Bulkhead Will Be Visually Inspected, And Welds Will Be Nondestructively Tested. Suspect Welds And Compromised Support Steel Will Be Replaced Or Repaired. Additionally, The Interior And Exterior Of The Bulkhead Will Be Sandblasted And Painted, Anodes Will Be Replaced, Seals Will Be Replaced, And The Jib Crane Will Be Replaced. The Gates Will Be Visually Inspected, And Fracture Critical Welds Will Be Nondestructively Tested. Suspect Welds And Compromised Steel Will Be Replaced Or Repaired. Additionally, The Gates Will Be Sandblasted And Painted. in Accordance With Far 36 And Dfars 236, The Estimated Construction Price Range For This Project Is Between $5,000,000 And $10,000,000. estimated Construction Duration Of The Project Is 730 Calendar Days. the North American Industry Classification System Code For This Procurement 237990 (other Heavy And Civil Engineering Construction) Which Has A Small Business Size Standard Of $45m. the Product Service Code Is: Z2ka (repair Or Alteration Of Dams) small Businesses Are Reminded Of Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Large Businesses Must Comply With The Far 52.219-9 By Submitting A Small Business Subcontracting Plan Should This Action Be Solicited As Full And Open Competition And An Award Is Made To A Large Business Firm. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual (em 385- 1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Date Is On Or About 30 May 2025, And The Estimated Proposal Due Date Will Be On Or About 30 Jun 2025, The Official Synopsis Citing The Solicitation Number Will Be Issued On Http://sam.gov, Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm’s Response To This Synopsis Shall Be Limited To 5 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. firm’s Interest In Bidding On The Solicitation When It Is Issued. firm’s Capability To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (include Firm’s Capability To Execute Construction- Comparable Work Performed Within The Past 5 Years): brief Description Of The Project, Customer Name, Timeliness Of Performance, And Dollar Value Of The Project) – Provide At Least 3 Examples. firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. firm’s Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable. firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 2:00pm Cst, 14 Apr 2025 All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. Mail, Fax Or Email Your Response To Tyler Godwin, U.s. Army Corps Of Engineers, Tulsa District (cect-swt), 2488 East 81st Street, Tulsa, Ok 74137-4290. Email: Tyler.l.godwin@usace.army.mil. Please Also Provide A Copy Of The Response To Mr. Gene Snyman, Small Business Deputy, At Gene.snyman@usace.army.mil.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package this Is A Sources Sought Notice For Market Research Only. no Award Will Be Made From This Sources Sought Notice. this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice. jefferson Barracks National Cemetery, sylvan Springs, Phase 1a Expansion project Scope the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation. project Description: the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri. the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827. this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds. this Project Will Provide For The Following Elements And Features: base Bid General Construction: the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed. work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished. replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003. interment Areas: casketed Remains: a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites b) Approximately 2,100 Traditional Casket Gravesites cremated Remains: a) Approximately 10,900 In-ground Cremation b) Approximately 5,000 Columbarium Niches base Bid Furnish Pre-placed Crypts: procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts. additive Items Subject To Budget Adequacy: additive #1 Maintenance Yard: install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation. additive #2 Storage Building: install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing. additive #3 Satellite Maintenance Building: install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building. additive #4 Demolish/replace Committal Shelter #4: demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage. --- End Of Project Scope --- project Labor Agreement (pla): a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? yes/no comments: --- End Of Pla Questionnaire --- contractor Capability Statement Package: firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package: cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address. business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.). if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification. bonding Capacity: provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between $50 - $100 Million. contractor Capability Statement Shall Include, But Not Be Limited, To The Following: corporate Experience: provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics: a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres). b. State/local/private Cemetery Projects. c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration. d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres. describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can: i. Mass/fine Grading & Excavation Site Utilities prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres. ii. Site Utilities demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites. demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source. demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal. iii. Paving paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres. experience In Missouri Or Similar Climates Is Preferred, But Not Required. iv. Landscaping landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri. v. Irrigation irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It. vi. Precast Concrete Burial Components demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It. vii. Phasing And Continuity Of Operations demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations. current Project List: provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include: project Type award Amount award Date estimated Completion Date ---- End Of Contractor Capability Statement Package --- please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov). --- End Of Sources Sought Notice ---
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Wealden District Council Tender

Services
Others...+1Consultancy Services
United Kingdom
Details: Professional Services Framework-wealden District Council Are Seeking To Establish A Framework For The Appointment Of Professional Services Consultants To Support The Delivery Of Corporate, Strategic And Capital Construction Projects. The Council Is Looking To Appoint A Wide Variety Of Experienced Consultants To The Framework. This Framework Is Targeted For Use By The District And Borough Councils In East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, And Hastings Borough Council. The Framework Will Be Divided Into Lots For The Following Consultants: (1) Architect Services, (2) Mechanical And Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk Of Works, (8) Archaeological And Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, And (15) Hydrology Consultant Services
Closing Date25 Feb 2025
Tender AmountGBP 76.5 Million (USD 96.8 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Negros Oriental 2nd District Engineering Office Sibulan, Negros Oriental Request For Expression Of Interest For The Procurement Of Consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Origanizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Poblacion, Sibulan, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calindagan, Dumaguete City, Negros Oriental 3.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Cangmating, Sibulan, Negros Oriental 4.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Sto. Niño, San Jose, Negros Oriental [contract Id No. 25csrh0003] 1. "the Department Of Public Works And Highways, Negros Oriental 2nd District Engineering Office, Through The Release Allocation Sr2025-02-005073 February 7, 2025 Intends To Apply The Sum Of One Million Pesos And 00/100 Only (php1,000,000.00) Being The Approved Budget For The Contract (abc) For The Payment Under Contract Id No. 25csrh0003 - Procurement Of Consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Origanizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Poblacion, Sibulan, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calindagan, Dumaguete City, Negros Oriental 3.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Cangmating, Sibulan, Negros Oriental 4.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Sto. Niño, San Jose, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Finacial Proposals." 2. The Department Of Public Works And Highways, Now Calls For The Submission Of Elegibility Documents For: 1. Project: "consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Origanizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Poblacion, Sibulan, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calindagan, Dumaguete City, Negros Oriental 3.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Cangmating, Sibulan, Negros Oriental 4.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Sto. Niño, San Jose, Negros Oriental" 2. Location "sibulan, Negros Oriental Dumaguete City, Negros Oriental San Jose, Negros Oriental " 3. Objectives: "by End Of The Contract Period, The Consultant Is Expected To Produce A Geotechnical Report To Be Used In The Preparation Of Detailed Engineering Plans. Specifically, It Aims To Achieve The Following Undertakings: 1.) Determine The Soil Profile At The Project Site As Basis For The Design; 2.) Identify Possible Geological And Geotechnical Hazards And Recommend Structural And Non-structural Measures To Reduce The Effects Of These Hazards; 3.) Impart Knowledge To Selected Observers From The Department The Process And Analysis Of Geotechnical Investigations. " "4. Outputs/ Deliverables: " "the Following Reports Shall Be Presented In Legibile Manner, All In English Language, Compiled And Submited To Department Of Public Works And Highways - Negros Oriental 2nd District Engineering Office: A. Geotechnical Investigation Report After Conducting The Above Test, The Following Information Shall Be Required In The Summary Of Geotechnical Investigation Report: - Executive Summary - Objectives And Scope Of Work - Vicinity Maps In Scale Of 1:50,000 - Geology And Seismicity - Field Investigation And Methodology - Field And Laboratory Test Results - Borehole Drilling And Sampling - Final Boring Logs (bl) - Final Laboratory Test Results (fltr) - Borehole Location Plan In Scale Of 1:250 With Coordinates And Elevations - Soil Stratigraphy At Bridge Site - Soil Profile Along Structures Showing Boring/drilling Logs - Geological And Geotechnical Parameters Based On Test Results - Soil Parameters Such As Unit Weight, Cohesion/adhesion, Modulus Of Subgrade Reaction, Negative Skin Friction - Allowable Bearing Capacity - Rqd - Evaluation And Findings, Conclusion - Recommendations If Called For, Such As Type Of Proposed Countermeasures/structures To Address Geological/geotechnical Problems And Foundation Type. " B.) Other Data To Be Submitted I. Geotagged Photographs Geotagged Photographs With Coordinates Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Form Part Of The Report. The Photographs To Be Taken At Each Borehole Location Depicting The Following: - Equipment Used - Core Drilling Operation - Water Level Measurements - Performance Of Spt Sampling - All Cores And Spt Sample Placed In Core Boxes - Date Photographs Were Taken - Location Of Station Ii. Location Map Iii. Boring Logs - Job, Boring, Hole Number, Date, Time, Boring/drilling Foreman And Supervisor - Weather Condition - Median Grain Size D50 - Depth Of Water Level - Method Of Penetration And Flushing System - Description Of Soil Strata Encountered - Depth Of Soil Boundaries - Size, Type And Depth Of In Situ Test - Standard Penetration Tests Resistance, ""n"" Values - Detailed Notes On Boring/drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Washwater Or Spoil From Boring/drilling Tools - Depth Of Boring - Other Relevent Informationsuch As Rqd, Percent Core Recovery, Etc. Iv. Liquefaction Susceptibility Map V. Seismic Hazard Map Vi. Final Borehole Log (astm And Dpwh Standard) C.) Sample Outline Of Geotechnical Report As Per Dpwh Dgcs Vol. 2c (see ""terms Of Reference"")" Interested Consultants Must Submit Their Applications For Eligibility And Shortlisting Not Later Than 10:00 A.m. On June 13, 2025 At Dpwh Negros Oriental 2nd District Engineering Office, Sibulan, Negros Oriental. Application For Eligibility Will Be Evaluated Based On A Non-discretionary "pass/fail" Criterion. The Eligibility Forms Are Posted To This Reoi At Www.dpwh.gov.ph. 3. The Terms Of Reference (tor), Request For Expression Of Interest (reoi) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. Republic Of The Philippines 4. The Bac Shall Draw Up The Short List Of Consulting Firms From Those Who Have Submitted Eligibility Documents/expression Of Interest And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The "government Procurement Reform Act," And Its Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Experience Of The Firm 60 Pts. Availability Of Required Personnel Of The Firm 10 Pts. Workload 30 Pts Total 100 Pts. Eligible Bidders Must Obtain The Passing Score Of Eighty (80) Points To Qualify In The Shortlist. 5. "a) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary ""pass/fail"" Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines. B) Pursuant To Republic Act 544, An Act To Regulate The Practice Of Civil Engineering In The Philippines And Dpwh Department Order No. 195 Series Of 1992, The Procurement And/or Employment Of Corporation/incorporation For The Practice Of Civil Engineering Under Locally-funded Project Is Not Allowed." 6. In Lieu Of The Class "a" Eligibility Documents Mentioned Under Section 8.5.2 Of The Irr Of Ra 9184, The Prospective Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership (platinum) In Accordance With Section 8.5.2 Of The Irr For Purposes Of Determining Elegibility. The Failure By The Prospective Bidder To Update Its Certificate With The Current And Updated Class "a" Eligibility Documents Shall Result In The Automatic Suspension Of The Validity Of Its Philgeps Certificate Until Such Time That All The Expired Class "a" Eligibility Documents Has Been Updated. 7. The Procuring Entity Shall Evaluate Bids Using The Quality Cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Technical And Finacial Proposals Shall Have Weights Of 65% And 35%, Respectively. Only Bids Whose Technical Proposals Pass The Minimum Technical Evaluation Score Of Eighty Percent (80%) Shall Have Their Financial Proposal Opened And Evaluated. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions Of Bidders. 8. The Contract Shall Be Completed Within Thirty (30) Calendar Days. 9. The Department Of Public Works And Highways Reserves The Right To Reject Any All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Procurement Activities Date Venue Issuance/downloading Of Bidding Documents June 4, 2025 - June 30, 2025 Hard Copies At Bac Secretariat Office, No2deo, Cangmating, Sibulan. Downloadable From Www.dpwh.gov.ph And Www.philgeps.gov.ph Eligibility Check And Shortlisting June 13, 2025 Pre-bid Conference June 18, 2025 Conference Room At The Dpwh, No2deo, Cangmating, Sibulan, Negros Oriental Receipt Of Bids June 30, 2025 Bac, Dpwh, No2deo, Cangmating, Sibulan, Negros Oriental Opening Of Bids June 30, 2025 Cost Of Bidding Documents Php 1,000.00 For Further Information, Please Refer To: Dolores C. Duran Monalisa U. Domen Chief, Maintenance Section Head, Procurement Unit Bac Vice-chairperson Dpwh, No2deo, Sibulan, Negros Oriental Tel.no. (035) 522-0635 Tel.no. (035) 522-0635 Dolores C. Duran Chief, Maintenance Section Bac Vice-chairperson Noted: Noli M. Alcantara District Engineer Dates Of Publication: Philgeps Website: June 4 - 30, 2025 Dpwh Website: June 4 -11, 2025 Office Bulletin Board:
Closing Date30 Jun 2025
Tender AmountPHP 1 Million (USD 17.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+3Drainage Work, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Negros Oriental 2nd District Engineering Office Sibulan, Negros Oriental Request For Expression Of Interest For The Procurement Of Consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Origanizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calo, San Jose, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Ajong, Sibulan, Negros Oriental 3.) Construction/rehabilitation Of Flood Control Structure Along Tanjay River, Negros Oriental 4.) Construction/rehabilitation Of Flood Control Structure Along Tamogong River, Bais City, Negros Oriental [contract Id No. 25csrh0002] 1. "the Department Of Public Works And Highways, Negros Oriental 2nd District Engineering Office, Through The Release Allocation Sr2025-02-005073 February 7, 2025 Intends To Apply The Sum Of One Million Pesos And 00/100 Only (php1,000,000.00) Being The Approved Budget For The Contract (abc) For The Payment Under Contract Id No. 25csrh0002 - Procurement Of Consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Origanizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calo, San Jose, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Ajong, Sibulan, Negros Oriental 3.) Construction/rehabilitation Of Flood Control Structure Along Tanjay River, Negros Oriental 4.) Construction/rehabilitation Of Flood Control Structure Along Tamogong River, Bais City, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Finacial Proposals." 2. The Department Of Public Works And Highways, Now Calls For The Submission Of Elegibility Documents For: 1. Project: "consulting Services For The Conduct Of Subsurface Exploration/preliminary Detailed Engineering For The Organizational Outcome 2: Protect Lives And Properties Against Major Floods: Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems: 1.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Calo, San Jose, Negros Oriental 2.) Construction/rehabilitation Of Shoreline Protection/seawall Structure, Barangay Ajong, Sibulan, Negros Oriental 3.) Construction/rehabilitation Of Flood Control Structure Along Tanjay River, Negros Oriental 4.) Construction/rehabilitation Of Flood Control Structure Along Tamogong River, Bais City, Negros Oriental. " 2. Location "san Jose, Negros Oriental Sibulan, Negros Oriental Tanjay City, Negros Oriental Bais City, Negros Oriental " 3. Objectives: "by End Of The Contract Period, The Consultant Is Expected To Produce A Geotechnical Report To Be Used In The Preparation Of Detailed Engineering Plans. Specifically, It Aims To Achieve The Following Undertakings: 1.) Determine The Soil Profile At The Project Site As Basis For The Design; 2.) Identify Possible Geological And Geotechnical Hazards And Recommend Structural And Non-structural Measures To Reduce The Effects Of These Hazards; 3.) Impart Knowledge To Selected Observers From The Department The Process And Analysis Of Geotechnical Investigations. " "4. Outputs/ Deliverables: " "the Following Reports Shall Be Presented In Legibile Manner, All In English Language, Compiled And Submited To Department Of Public Works And Highways - Negros Oriental 2nd District Engineering Office: A. Geotechnical Investigation Report After Conducting The Above Test, The Following Information Shall Be Required In The Summary Of Geotechnical Investigation Report: - Executive Summary - Objectives And Scope Of Work - Vicinity Maps In Scale Of 1:50,000 - Geology And Seismicity - Field Investigation And Methodology - Field And Laboratory Test Results - Borehole Drilling And Sampling - Final Boring Logs (bl) - Final Laboratory Test Results (fltr) - Borehole Location Plan In Scale Of 1:250 With Coordinates And Elevations - Soil Stratigraphy At Bridge Site - Soil Profile Along Structures Showing Boring/drilling Logs - Geological And Geotechnical Parameters Based On Test Results - Soil Parameters Such As Unit Weight, Cohesion/adhesion, Modulus Of Subgrade Reaction, Negative Skin Friction - Allowable Bearing Capacity - Rqd - Evaluation And Findings, Conclusion - Recommendations If Called For, Such As Type Of Proposed Countermeasures/structures To Address Geological/geotechnical Problems And Foundation Type. " B.) Other Data To Be Submitted I. Geotagged Photographs Geotagged Photographs With Coordinates Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Form Part Of The Report. The Photographs To Be Taken At Each Borehole Location Depicting The Following: - Equipment Used - Core Drilling Operation - Water Level Measurements - Performance Of Spt Sampling - All Cores And Spt Sample Placed In Core Boxes - Date Photographs Were Taken - Location Of Station Ii. Location Map Iii. Boring Logs - Job, Boring, Hole Number, Date, Time, Boring/drilling Foreman And Supervisor - Weather Condition - Median Grain Size D50 - Depth Of Water Level - Method Of Penetration And Flushing System - Description Of Soil Strata Encountered - Depth Of Soil Boundaries - Size, Type And Depth Of In Situ Test - Standard Penetration Tests Resistance, ""n"" Values - Detailed Notes On Boring/drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Washwater Or Spoil From Boring/drilling Tools - Depth Of Boring - Other Relevent Informationsuch As Rqd, Percent Core Recovery, Etc. Iv. Liquefaction Susceptibility Map V. Seismic Hazard Map Vi. Final Borehole Log (astm And Dpwh Standard) C.) Sample Outline Of Geotechnical Report As Per Dpwh Dgcs Vol. 2c (see ""terms Of Reference"")" Interested Consultants Must Submit Their Applications For Eligibility And Shortlisting Not Later Than 10:00 A.m. On June 13, 2025 At Dpwh Negros Oriental 2nd District Engineering Office, Sibulan, Negros Oriental. Application For Eligibility Will Be Evaluated Based On A Non-discretionary "pass/fail" Criterion. The Eligibility Forms Are Posted To This Reoi At Www.dpwh.gov.ph. 3. The Terms Of Reference (tor), Request For Expression Of Interest (reoi) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. 4. The Bac Shall Draw Up The Short List Of Consulting Firms From Those Who Have Submitted Eligibility Documents/expression Of Interest And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The "government Procurement Reform Act," And Its Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Experience Of The Firm 60 Pts. Availability Of Required Personnel Of The Firm 10 Pts. Workload 30 Pts Total 100 Pts. Eligible Bidders Must Obtain The Passing Score Of Eighty (80) Points To Qualify In The Shortlist. 5. "a) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary ""pass/fail"" Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines. B) Pursuant To Republic Act 544, An Act To Regulate The Practice Of Civil Engineering In The Philippines And Dpwh Department Order No. 195 Series Of 1992, The Procurement And/or Employment Of Corporation/incorporation For The Practice Of Civil Engineering Under Locally-funded Project Is Not Allowed." 6. In Lieu Of The Class "a" Eligibility Documents Mentioned Under Section 8.5.2 Of The Irr Of Ra 9184, The Prospective Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership (platinum) In Accordance With Section 8.5.2 Of The Irr For Purposes Of Determining Elegibility. The Failure By The Prospective Bidder To Update Its Certificate With The Current And Updated Class "a" Eligibility Documents Shall Result In The Automatic Suspension Of The Validity Of Its Philgeps Certificate Until Such Time That All The Expired Class "a" Eligibility Documents Has Been Updated. 7. The Procuring Entity Shall Evaluate Bids Using The Quality Cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Technical And Finacial Proposals Shall Have Weights Of 65% And 35%, Respectively. Only Bids Whose Technical Proposals Pass The Minimum Technical Evaluation Score Of Eighty Percent (80%) Shall Have Their Financial Proposal Opened And Evaluated. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions Of Bidders. 8. The Contract Shall Be Completed Within Thirty (30) Calendar Days. 9. The Department Of Public Works And Highways Reserves The Right To Reject Any All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Procurement Activities Date Venue Issuance/downloading Of Bidding Documents June 4, 2025 - June 30, 2025 Hard Copies At Bac Secretariat Office, No2deo, Cangmating, Sibulan. Downloadable From Www.dpwh.gov.ph And Www.philgeps.gov.ph Eligibility Check And Shortlisting June 13, 2025 Pre-bid Conference June 18, 2025 Conference Room At The Dpwh, No2deo, Cangmating, Sibulan, Negros Oriental Receipt Of Bids June 30, 2025 Bac, Dpwh, No2deo, Cangmating, Sibulan, Negros Oriental Opening Of Bids June 30, 2025 Cost Of Bidding Documents Php 1,000.00 For Further Information, Please Refer To: Dolores C. Duran Monalisa U. Domen Chief, Maintenance Section Head, Procurement Unit Bac Vice-chairperson Dpwh, No2deo, Sibulan, Negros Oriental Tel.no. (035) 522-0635 Tel.no. (035) 522-0635 Dolores C. Duran Chief, Maintenance Section Bac Vice-chairperson Noted: Noli M. Alcantara District Engineer Dates Of Publication: Philgeps Website: June 4 - 30, 2025 Dpwh Website: June 4 -11, 2025 Office Bulletin Board:
Closing Date30 Jun 2025
Tender AmountPHP 1 Million (USD 17.6 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Invitation For Bids (ifb) Set-aside For Small Businesses the Montana National Guard Intends To Issue An Invitation For Bids To Award A Single Firm Fixed-price Contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances, And Supervision Necessary For The Repair Of Tiedowns And Apron Markings - Jkse242430. Project Location Will Be At The Montana Air National Guard, 2800 Airport Ave B, Great Falls, Mt. the Contract Duration Will Be 59 Calendar Days After Notice To Proceed To Include Inspection And Punch List. This Project Is Set Aside 100% For Small Businesses. The North American Industry Classification System (naics) Code Is 237310, With A Small Business Size Standard Of $45,000,000. The Magnitude Of Construction Is Between $500,000 And $1,000,000. the Date For The Pre-bid Conference Is 12 May 2025, At 10:00 Am Mst. location Will Be: the Montana Air National Guard 2800 Airport Ave B great Falls, Mt 59404 civil Engineer Classroom (building 60) interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access Requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions From The Pre-bid Conference Must Be Submitted To Anthony.barille@us.af.mil. Email Cooresponsdence Shall Include The Solicitation Number (w50s7l-25-b-a002) In The Subject Line. emailed Questions To Anthony.barille@us.af.mil Are Due 22 May 2025 At 10:00 Am Mst. the Bid Opening Date Is Planned For 29 May 2025, At 10:00 Am Mst. location Will Be: the Montana Air National Guard 2800 Airport Ave B great Falls, Mt 59404 civil Engineer Classroom (building 60) interested Offerors Must Be Registered And Active In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration). the Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov. your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations On Subcontracting, Which States “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85 Percent Subcontract Amount That Cannot Be Exceeded”. in Accordance With Far 36.211(b), The Following Information Is Provided: (1) A Description Of Agency Policies Or Procedures, In Addition To That Outlined In Far 43.204, That Apply To Definitization Of Equitable Adjustments Forchange Ordersunderconstructioncontracts. This Descriptionmaybe Provided In A Notice By Including An Address Of An Agency-specific, Publicly Accessible Website Containing This Information. If No Agency-specific Additional Policies And Procedures Exist, The Noticeshallinclude A Statement To That Effect. (2) Data On The Agency'spast Performance, For The Prior 3 Fiscal Years, Regarding The Time Required To Definitize Equitable Adjustments Forchange Ordersunderconstructioncontracts (see 43.204). If Fewer Than 3 Fiscal Years Of Data Are Available, Agenciesshallprovide Data For The Number Of Fiscal Years That Are Available. Datashallbe Provided In Thesolicitationnotice As Shown In The Following Table, Or Provide The Address Of An Agency-specific, Publicly Accessible Website Containing This Information. An Adequatechange Orderdefinitization Proposalshallcontain Sufficient Information To Enable Thecontracting Officerto Conduct Meaningful Analyses And Audits Of The Information Contained In The Proposal. disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Closing Date29 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Drainage Work
United States
Details: This Is Not A Solicitation, Invitation For Bid (ifb), Request For Quote (rfq), Or A Request For Proposal (rfp). this Is A Sources Sought Announcement Only. This Sources Sought Is For Acquisition Planning Purposes Only And Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Any Cost Incurred As A Result Of The Announcement Shall Be Borne By The Interested Party (prospective Offeror) And Will Not Be Charged To The Government For Reimbursement. Respondents Will Not Be Notified Of The Results Of Any Government Assessments. purpose: the U.s. Army Corps Of Engineers Nashville District Is Conducting This Sources Sought In Support Of Market Research To Notify And Seek Potential Qualified Members Of Industry And To Gain Knowledge Of Capabilities, Interest, And Qualifications; To Include The Small Business Community For Completing The Work Effort Relative To The Old Hickory Toe Drain Rehabilitation Project. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions. The Government Must Ensure There Is Adequate Competition In Making Appropriate Decisions. The Type Of Set-aside Acquisition Will Depend Upon The Responses To This Sources Sought. no Solicitation Exists At This Time. scope Of Work (subject To Change): the U.s Army Corps Of Engineers (usace), Nashville District, Anticipates A Requirement For A Firm Fixed-price Construction Contract For The Old Hickory Toe Drain Rehabilitation Project. the Contractor Will Be Responsible For The Following Activities/items Under The Proposed Contract: the Scope Of Work Involves Rehabilitating And Improving An Existing Toe Drain System Constructed In 2009 Along The Left Descending Embankment Of Old Hickory Dam. The Scope Of Work Also Includes Removing The Existing Single Walled Corrugated Hdpe Pipe Network And Replacing With A Fusion Welded Smooth Wall Hdpe, And The Addition Of Adding A Longitudinal Pipe Drain Along The Toe Of The Embankment. The Existing Sand Filtration System Will Be Replaced With A Two Grade System To Help Preserve The Integrity And Long Term Performance Of The Pipes. It Also Includes The Addition Of Inspection Manholes That Include Venting To Facilitate More Expeditious Drainage. location: Old Hickory Dam, Hendersonville, Tn disclosure Of The Magnitude Of The Proposed Construction Project: Between $1,000,000 And $5,000,000. anticipated Naics Code And Size Standard: 237990 - Other Heavy And Civil Engineering Construction, Size Standard $45.0m capability Statement To Show Interest And Intent: we Are Requesting That Any Respondents Interested In Performing The Proposed Project As A Prime Contractor Should Submit A Capability Statement For Consideration That Include The Following (in A Through K): offeror’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses. uei And Cage Code are You A Small Business Under This Naics Code? business Size/ Classification To Include Any Designations (small Business, Hubzone, 8(a), Women Owned, Service-disabled Veteran Owned, Etc.) a Statement Of Capability (soc) Stating Your Skills, Experience, And Knowledge To Perform The Specified Type Of Work As Described Above. This Soc Should Be Brief Description Of Your Company’s Capability. 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. The Potential Offerors Should Provide Brief References Of Relevant Work They Have Performed And The Magnitude. please Provide Up To Three (3) Projects Of Similar Scope Or Size Completed Within The Last Ten (10) Years, Or Two (2) Projects Completed Within The Last Ten (10) Years And One (1) Project That Is Currently Substantially Complete, That Were Self-performed As A Prime Or Sub-contractor. Please Include The Project Name, Contract Number (if Applicable), Year Completed, Prime Contractor Or Sub-contractor, Type And Percentage Of Work Self-performed (based On Contract Value), Dollar Amount, And General Description Of Project. indicate Whether Your Company Will Perform The Work Directly Or Intends To Subcontract The Work. If Subcontracting, Identify The Percentage Of Work To Be Subcontracted. Identify The Percentage Of Work Your Firm May Be Capable Of Directly Performing. what Is Your Bonding Capacity Per Contract? what Is Your Aggregate Bonding Capacity? if This Requirement Is Advertised, Do You Anticipate Submitting An Offer? any Other Information That Would Assist In Determining Your Company’s Capability In Performing The Described Construction Work. submission Of Capability Statement: submit This Information To Todd Allman, Contract Specialist, U.s. Army Corps Of Engineers Via Email To Robert.t.allman@usace.army.mil. Your Response To This Sources Sought Notice Must Be Received By 2:00 Pm Central Time On Wednesday 19 February 2025. do Not Submit Propietary Information And/or Business Confidential Data. Email Is The Preferred Method When Receiving Resposnes To This Sysnopsis. as A Reminder, This Sources Sought Announcement Notice Should Not Be Construed In Any Manner To Be An Obligation To Issue A Contract Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expend In Responding To This Request. No Solicitation Is Currently Available. Any Future Solicitation Package Will Be Made Available On The Sam Website Https://sam.gov. Interested Parties Are Solely Responsible For Monitoring Sam.gov For The Release Of A Solicitation Package And/or Any Updates/amendments. Search Keyword “w912p5” To Obtain A Complete Listing Of All Nashville District U.s. Army Corps Of Engineers Opportunities.
Closing Date19 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Nor Drawings Available At This Time. the U.s. Army Corps Of Engineers – Norfolk District Is Anticipating A Future Procurement For A Firm-fixed-price Construction Contract For Thimble Shoal Maintenance Dredging, Hampton Roads, Virginia. description Of Work: the U.s. Army Corps Of Engineers – Norfolk District Is Seeking Eligible Firms Capable Of Performing Maintenance Dredging By Hopper Dredge, By Bucket Dredge, Or A Combination Of The Two In The Thimble Shoal Channel, Part Of The Norfolk Harbor Federal Navigation Project. The Segments Are Being Dredged To Required Depth Of -56 Feet Mllw. One Foot Of Allowable Overdepth Dredging Will Be Considered As Part Of The Contract Dredging Pay Prism. Minor Areas Of New Work Dredging May Be Encountered When Performing Maintenance Dredging. Dredged Material Generated By The Project Is Expected To Be Transported And Placed Within The Cells At The Dam Neck Ocean Disposal Site (dnods). Dredging Is Estimated To Generate Approximately 1,000,000 To 1,500,000 Cubic Yards Of Pay Volume. The Contractor Shall Be Responsible For The Following: Dredging Within The Designated Areas To The Proposed Required And Allowable Pay Depths, Transporting The Dredged Material To The Dnods, Discharging The Material By Bottom Dump Method Into The Designated Government-furnished Placement Site, Performing Pre-placement And Post-placement Surveys Of The Cells Utilized At Dnods, And Communicating With The Port Of Hampton Roads Maritime Users To Minimize Impacts To Vessel Traffic, Adjacent Structures, And Other Dredging Operations. in Accordance With Dfars 236.204, The Estimated Construction Price Range For This Project Is Between $25,000,000 And $100,000,000. Naics Code 237990, Other Heavy And Civil Engineering Construction, Applies To This Project. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. construction Time: the Work Will Commence First With Performance Beginning Within 20 Calendar Days Of Receipt Of Notice-to-proceed (ntp). The Construction Period Of Performance Will Be Approximately 325 Calendar Days From Issuance Of The Ntp. *there Are Restrictions On Hopper Dredging In The Channel. No Dredging Will Be Allowed Between September 1 And 15 November For The Protection Of Sea Turtles, So The Contractor Is Expected To Plan Their Work Accordingly. industry Survey the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To Thimble Shoal Maintenance Dredging Project In Hampton Roads, Virginia. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. would You Be Interested In Bidding On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not? have You Worked On Jobs Similar In Nature, Complexity And Magnitude To This Project Within The Past 5 Years? have You Managed The Dredge Material Placement Sites With The Inflows Similar In Magnitude To This Project In The Past 5 Years? if So, Please Describe The Project(s) And For Whom The Work Was Performed. Indicate The Dollar Value Of The Project(s). Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience. would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit? what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? what Is Your Firm’s Business Size (e.g., Lb, Sb, 8(a), Hubzone, Sdvosb, Wob)? are You Familiar With The Safety And Health Requirements Of Em 385-1-1? please Only Include A Narrative Of The Requested Information. Additional Information Will Not Be Reviewed. This Sources Sought Synopsis Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers–norfolk District To Issue A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs—(8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned. please Submit Capability Packages And Responses To The Above Questions Via Email To Amy Herrera Coody At Amy.h.coody@usace.army.mil, Copying Tiffany N. Kirtsey At Tiffany.n.kirtsey@usace.army.mil. Responses Must Be Submitted No Later Than 06 January 2025. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov At Https://sam.gov/content/home. all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov . Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam. no Attachments Or Links Have Been Added To This Opportunity.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Civil Aviation Authority Of The Philippines - CAAP Tender

Others
Philippines
Details: Description February 25, 2025 Request For Quotation The Civil Aviation Authority Of The Philippines (caap D.z.r. (tacloban) Airport), Through Its Canvass And Contract Committee (ccc), Will Undertake A Shopping For The “procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects” In Accordance With Section 52.1 (b) Of The Implementing Rules And Regulations Of Republic Act No. 9184. Rfq No. : C25-01-001 Name Of Project : Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Approved Budget For Contract : P399,751.23 Terms : See The Attached Annex “a” For Terms Of Reference And Corresponding Specifications Location : Caap D.z.r. (tacloban) Airport, Tacloban, City Delivery Term : Twenty-five (25) Calendar Days From The Receipt Of Notice For Compliance Delivery Time : 8:00 Am-4:00 Pm (working Days) Interested Suppliers/bidders Are Required To Submit Their Valid And Current Documents Which Must Be Properly Fastened And Sealed In An Envelope: 1. Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; 2. Philgeps Certificate Of Registration; 3. Price Quotation Form (annex “a”) Completely And Properly Filled Up Including Letterhead, Date, Unit Price, Etc. Incomplete Or Patently Insufficient Price Quotation Form May Be A Ground To Disqualify Bidder. 4. Brochure If Applicable. Submission Of Quotations Must Be Made At This Office On Or Before The Opening Of Quotations Scheduled On March 4, 2025 At 1:30 Pm, At The Caap, D.z.r. Airport Conference Room. The Winning Supplier Shall- Upon Claiming Of The Contract- Present The Original Copy Of The Documents Listed Above For Comparison, Or Submit A Certified True Copy Of The Original Document Which Must Be Certified By The Issuing Government Agency. However, The Original Copy Of The Omnibus Sworn Statement, Price Quotation Form, And Brochure Must Be Included In The Sealed Bid. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 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. In Case Two Or, More Bidders Are Determined To Have Submitted The Lowest Calculated/lowest Calculated And Responsive Quotation, Caap-ccc Shall Adopt And Employ “draw Lots’’ As The Tie Breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. The Caap-tac Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Caap Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damaged Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Ms. Yvette S. Separa Ccc-chairperson (attached Company Letterhead) Annex “a” Price Quotation Form Date: ________________________ The Chairperson Canvass And Contract Committee Civil Aviation Authority Of The Philippines D.z.r. Airport, Tacloban City Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Description Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Item No. Specification Qty Unit Unit Price Total Price 1 Laptop With Cad Software, Civil Engineering Design And Documentation Software, 3d Structural Analysis And Design Software; Cpu: Intel ® Core™ I9 13th Gen / Ryzen 9 7000series, Memory: 16gb Ddr5, Dedicated Gfx: Nvidia Geforce Rtx3060, Storage: 2tb Pcie Ssd (built-in), Screen Size: 15.6", Resolution: Fullhd 1920x1080 (panel: Ips), Refresh Rate: 144hz, Os: Latest Edition Windows Os With Wireless Mouse And Laptop Bag. 3 Units 2 1 Tb Portable External Memory 3 Pcs 3 Cellular Phone W/ Internet Access And Main Camera Of At Least 64 Mp, F/1.9, 26mm (wide), 1/1.72", 0.8pm, Pdaf For Communications And Collection Of Progress Photos. 1 Pc 4 Cellphone Prepaid Load 24 Months 5 A3 Printer W/ Scanner (epson L15150) 1 Unit 6 Binder Clips (19mm & 50mm) 20 Boxes The Above-quoted Unit Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ___________________________________ Name And Signature Of Representative ___________________________________ Position ___________________________________ Name Of Company ___________________________________ Contact No. ___________________________________ Email Address
Closing Date4 Mar 2025
Tender AmountPHP 399.7 K (USD 6.8 K)
7151-7160 of 7549 archived Tenders