Crane Tenders
Crane Tenders
Blue Crane Route Local Municipality Tender
Environmental Service
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivey Of Enviromental Services Equipment
Closing Date20 Jan 2025
Tender AmountRefer Documents
Prefecture Naval Argentina Tender
Others
Argentina
Details: Acquisition of One (1) Trainer Capacity Expansion Module and One (1) Mixed Reality (MR) Module Crane Operator Station for the Aeronautical Professional Extension Center of the Manufacturer Institution Entrol Entrenadores Olarte Sl
Closing Date22 Jan 2025
Tender AmountRefer Documents
Blue Crane Route Local Municipality Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Purchaser Name: Blue Crane Route Local Municipality | Supply And Delivery Of Led Lights
Closing Date20 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
United States
Description: Sources Sought
automated Mat Casting At Richardson Landing, Tn
introduction: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement.
the Government Is Seeking Qualified, Experienced Sources Capable Of Executing A Design Build Contract To Develop An Automated Casting Plant At Richardson Landing To Mass Produce Articulated Concrete Mattress (acm) Squares To Government Specifications Within Specific Tolerances. Squares Cast Will Be Stored On The Current Casting Field And Have Must Have A Compressive Design Strength Of 3,000 Psi At 28 Days.
background: Annually, The United States Army Corps Of Engineers (usace) Mississippi Valley Division Casts Approximately 150,000 Squares Of Acm At 3 Government Furnished Locations (see Figure 1). The Acm Is Used As Revetment To Maintain Channel Stability For The Lower Mississippi River. Casting Acm Has Historically Been Provided Via Manual Labor And Cast Outdoors As Weather Permits.
articulated Concrete Mattress – Current Process:
an Articulated Concrete Mattress Square Consists Of 16 Individual Concrete Blocks (4 Feet X 18 Inches X 3 Inches Thick). They Are Currently Cast In Government Furnished Forms Upon A Proprietary Wire Mesh To Form An Articulated Concrete Mattress Square (4 Feet X 25 Feet X 3 Inches) That Is Used As An Assembly System For Interconnecting The 16 Concrete Blocks. A Mix Design Is Used To Acquire 3,000 Psi On A 28-day Cylinder Break.
squares Of Mattress Are Cast In Stacks Of 13 That Are Neatly Aligned Vertically And By Rows (see Figure 2). One Layer Of Specified Paper Is Placed As A Separation Beneath The Bottom Square Of Each Stack And Between Each Successive Layer Of Mattress. The Current Process Requires The Wire Mesh To Be Placed On The Paper With The Cross Wires (bracket Wires) On Top Of The Longitudinal Wires. The Forms Are Then Placed Over The Wire Mesh, The Wire Mesh Drawn Up Into The Notches In The Sides And Cross Pieces Of The Forms, And Cross Rods Driven. The Central Location Of The Wire Mesh In The Form Is Very Important. Also, The Mat Surface Is Consequently Grooved To Provide Indentations Of Approximately 1/4 Inch In Depth And 1/8-inch Width.
the Process Includes The Concrete Compacted To The Depth Of A Government Furnished Form By The Use Of Vibration. The Concrete Is Properly Consolidated With No Rock Pockets, Excessive Voids Or Honeycombs Visible On The Mat Surface. The Concrete Is Struck Flush With The Top Of The Forms And Given A Uniform Surface Finish And Uniform Thickness. Any Squares Not Meeting Government Furnished Specifications Are Rejected.
requirements:
the Contractor Shall Design And Develop A Semi-automated Casting Facility On The Grounds Of The Exiting Government Casting Yard That Can Produce A Minimum Of 50,000 Squares Per Calendar Year Per Shift With The Maximum Capability Of 150,000 Squares Annually With 3 Shifts. The Main Goals Of This Project Include:
year-round, Indoor Casting Capability With No Weather-related Quality Issues During Production
scalable Based On Number Of Operating Shifts
reduced Touchpoints Via Automation
high Quality, Increased Production, Improved Efficiency And Consistency
improved Safety
skilled Labor And Reduced Work Force
require Fewer Forms (improved Consistency)
heat/steam Curing To Reduce Cement Usage, Decrease Co2, And Higher Strength In A Shorter Timeframe
modern Batching System Will Be More Efficient And Provide A Constant Mix Design
eliminate The Use Of Separation Paper Between Squares
the New Automated Facility Will Cast Acm Using Coarse And Fine Aggregate, Portland Cement, Fly Ash, Air-entraining Admixtures, And Calcium Chloride To Produce Articulated Concrete Squares, To Government Specifications. Squares Of Mattress Shall Be Provided In Stacks Of Up To 14 That Are Neatly Aligned Vertically And Will Be Placed In The Storage Yard In Rows By The Operational Contractor Using Government Furnished High Lift Cranes. Squares Cast Will Be Identical With Minimal Tolerance And Have Compressive Design Strength Of 3,000 Psi At 28 Days. Quality Is The Utmost Importance. Steam Curing And Other Technologies For Concrete Preparation Will Be Included While The Overall Design And Specifications Of The Mattress Will Remain The Same.
the Design Of The Automated Facility Will Be Part Of The Contract And Will Ensure That The Facility Design Has Been Adequately Coordinated Between All Disciplines. Specifically, The Capacity Of The Infrastructure Within The Facility Shall Be Designed To Meet The Demands Of The Equipment Within The Facility. The Design Will Be A Two-phase Design Build Project And Will Require The Contractor To Procure Automation Equipment That Meets All “buy American” Requirements And The Design Will Meet All Required Policies For A Dod Facility. Several Of The Main Required Policies Are Listed Below:
department Of Defense (2019). Unified Facilities Criteria, Facilities Criteria And Unified Facilities Guide Specifications, Mil-std-3007g.
department Of Defense (2024). Dod Building Code, Ufc 1-200-01.
department Of The Army (1999). Engineering And Design For Civil Works Projects, Er 1110-2-1150.
department Of The Army (2024). Safety And Occupational Health (soh) Requirements, Em 385-1-1.
dod Design Criteria: Https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc
all Designs Shall Be In Accordance With All Local, State, And Federal Laws And Regulations.
interested Firms Should Submit A Capabilities Package To Include The Following: The Prime Firm And/or Its Subcontractor(s) (hereinafter Referred To Collectively As “firm”) Shall Have Relevant Experience In Mass Production Of Casting Concrete Products. The Firm Shall Demonstrate Experience Using Pre-cast Concrete. This Experience Must Have Been Performed Within The Last Five Years.
firm’s Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information:
firm’s Name, Address, Point Of Contact, Phone Number And E-mail Address.
firm’s Prior Experience In Pre-cast Concrete.
firm’s Capability To Perform A Contract Of This Magnitude (> $20m) And Complexity.
firm’s Business Size (small Business, Large Business, .etc.) And Bonding Capacity.
firms Overall Approach To The Requirements Listed Above.
the Firm’s Capability For Performing A Design Build Contract For The Entirety Of This Requirement (facility And Equipment).
any Assumptions Or Constraints In The Overall Execution Plan.
a Rough Order Of Magnitude (rom) Estimate For The Completed Project.
interested Firm’s Shall Respond To This Sources Sought Announcement No Later Than 12:00pm Cst, 5 January 2025. All Interested Firms Must Be Registered In Sam. 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 Not Be Notified Of The Results Of The Evaluation.
Closing Date5 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Sources To Provide Personnel, Materials, Supplies, Equipment, Transportation, Supervision And Other Items And Services For The Following: Mcnary Powerhouse Turbine Draft Tube Slot Filler.
the North American Industry Classification System (naics) Code For This Project Is 332312 (fabricated Structural Metal Manufacturing) And The Associated Small Business Size Standard Is 500 Employees.
this Sources-sought Announcement Is A Tool To Identify Businesses With The Capability To Accomplish The Work. This Is Not A Solicitation. Only Those Firms Who Respond To This Announcement By Submitting The Following Information Will Be Used In Determining Whether To Set Aside This Requirement.
a. A List Of Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Bidder Requirements. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, Your Firm’s Role In The Project, Performance Period, The Dollar Value And The Completion Date. 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.
b. A Reference List For Each Of The Projects Submitted In A) Above. Include The Name, Title, Phone Number And Email Address For Each Reference.
c. Provide A Statement Of Your Firm’s Business Size (hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regards To The Naics Code Listed Above.
d. Provide A Statement That Your Firm Intends To Submit An Offer On The Project When It Is Advertised.
e. Provide A Statement Of Your Firm’s Bonding Capacity. A Statement From Your Surety Is Not Required.
f. Cage Code And Sam Unique Id Number.
submit This Information To Alan Inglis, Contract Specialist, Via Email To: Alan.n.inglis@usace.army.mil
summary Of Scope Of Work:
this Project Will Include Fabrication And Delivery Of 12 Structural Steel Turbine Draft Tube Slot Fillers. This Includes 6 Sets, With Each Set Containing One North And One South Draft Tube Slot Filler. The Sets Are Mirrors Of Each Other And Are Very Similar Structurally. Each Draft Tube Slot Filler Uses Welded Astm A572 Grade 50 Structural Steel Plates, Astm A1085 Hollow Structuralsections (hss) Steel, And Has Small Uhmw Components. Each Slot Filler Is A Picture Frame Shape Approximately 35 Ft Wide, 20 Feet Tall, And 3 Ft Deep. There Are 20 Ft Tall Legs Made From Rectangular Hss As The Sides To The Picture Frame Shape. Each Slot Filler Will Weigh Approximately 35,000 Pounds, Mostly Consisting Of Steel. The First Slot Filler Set Requires An Epoxy Polysiloxane Paint System And The Remaining 5 Sets Require 5-e-z Vinyl Paint. One Test Slot Filler Set Will Be Delivered First. The Test Set Will Be Installed, Inspected, And Tested By Mcnary Project Personal. If Any Design Changes Are Needed, They Will Take Place At This Time. Once The Test Set Is Tested And Any Design Changes Are Completed, The Contractor Will Be Released To Fabricate And Deliver The Remaining 5 Sets.
bidder Requirements:
1. The Fabricating Plant And Fabricator Is Required To Be Certified Under The Aisc (american Institute Of Steel Construction) Quality Certification Program With One Of The Following Certifications:
abr: Certified Bridge Fabricator – Advance
ibr: Certified Bridge Fabricator – Intermediate
hyd: Certified Metal Hydraulic Fabricator
bu: Certified Building Fabricator
the Contractor Must Be Certified Prior To Award Of This Contract And Must Remain Certified For The Duration Of This Contract. Submit Copies Of The Aisc Certificate(s) Indicating That The Fabrication Plant Meets The Specified Structural Steelwork Category.
1.1 In Addition, The Fabricator Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Fabrication Plant Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Fabricated Structures With The Following Minimum Requirements:
weight Of 15-tons Or Greater.
member Thicknesses Of 1/2-inch Or Greater.
length, Width, Or Height Of Structure Of At Least 20-ft.
minimum Tolerances Of +/- 1/8-inch Out Of Parallel Over Mat Least 20-ft.
adequate Crane Capacity Capable Of Picking And Maneuvering The Structures Within Fabrication Building. Maneuvering The Individual Component Includes Any Rotating About Any Axis Of The Structure That May Be Required For Fabrication And Weld Distortion Control.
2. The Painting Contractor Must Be Certified By Association For Materials Protection And Performance (aamp) With An Sspc Qp 3 Certification For All Surface Preparation And Coating Application. Submit A Copy Of The Applicable Certificates/endorsements. The Contractor Must Be Certified/endorsed Prior To Award Of This Contract And Must Remain Certified/endorsed For The Duration Of This Contract.
2.1 In Addition, The Painting Contractor Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Painting Contractor Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Painted Steel Structures With The Following Minimum Requirements:
application Of Usace Vinyl Paint System No. 5-e-z
surface Preparation Of Sspc Sp 5.
dimensions: See Attached File (draft Tube Slot Filler Dimension Drawing.pdf).
Closing Date22 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Procurement Is For A Multiple Award Construction Contract (macc) And Will Be Advertised On An Unrestricted Basis Inviting Full And Open Competition. This Procurement Will Use A Single-phase Source Selection Procedure With The Intent To Award Approximately Three (3) Or More Indefinite Delivery Indefinite Quantity (idiq) Construction Contracts To Responsible Offerors Whose Proposals, Conforming To The Request For Proposal (rfp), Will Be Most Advantageous To The Government Resulting In The Best Value, Price And Other Factors Considered. Price Evaluation Preference Will Be Given To Hubzone Small Business Concerns, In Accordance With Far 52.219-4. This Is An Idiq Contract With No Pre-established Fixed Contract Prices. The Actual Amount Of Work To Be Performed And The Time Of Such Performance Will Be Determined By The Contracting Officer Or His/her Properly Authorized Representative, Who Will Issue Written Task Orders To The Contractor. Award Of Task Orders Will Be On A Firm Fixed Price Basis. The Workto Be Acquired Under This Solicitation Is For Demolition Services At Hunters Point Naval Shipyard, San Franciso, California.the Work May Include Site Preparation Activities, Such As Excavating And Grading, Demolition Of Buildings And Other Structures, And Septic System Installation; Earthmoving And Land Clearing For All Types Of Sites (e.g., Building, Nonbuilding, Mining). Establishments Primarily Engaged In Construction Equipment Rental With Operator (except Cranes) Are Also Included.the North American Industry Classification System (naics) Code Is 238910 (site Preparation Contractors), And The Annual Size Standard Is $19 Million. The Macc Will Consist Of One Base Period Of Two (2) Years And Three (3) One Year Option Periods For A Total Maximum Duration Of Five (5) Years. The Aggregate Maximum Value, Including The Base And Option Periods, For All Contracts Combined Is $999,000,000. The Only Work Authorized Under This Contract Is Work Ordered By The Government Through Issuance Of A Task Order. Task Orders Will Range Between $10,000,000 And $150,000,000. Task Orders May Fall Below Or Above This Limit; However, Contractors Are Not Obligated To Accept Such Task Orders Under The General Terms Of The Contract. The Government Makes No Representation As To The Number Of Task Orders Or Actual Amount Of Work To Be Ordered; However, During The Term Of The Contract, A Minimum Of $5,000 Is Guaranteed To Be Ordered From Each Awardee, Under The Performance Period Of The Contract. Contractors Are Not Guaranteed Work In Excess Of The Minimum Guarantee.no Site Visit Or Pre-proposal Conference Will Be Conducted. The Solicitation Will Be Available Inelectronic Format Only. No Hard Copies Will Be Provided. It Is The Contractor?s Responsibility To Check The Website Daily For Any Amendments To This Solicitation. Prospective Offerors Must Register Themselves On The Website. Plan Holders Lists Will Not Be Faxed And Will Be Available Only At The Website Listed Above. A Market Research Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement As Unrestricted. The U.s. Small Business Administration (sba) San Diego District Office And The Navfac Sw Small Business Office Concurred With This Decision.
Closing Date7 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Bridge: Construction-concrete (superstructure) Cost Of Bidding Documents: Php 25,000.00 Source Of Funds: Fy 2025-dpwh Infrastructure Program Based On Nep The Significant Times And Deadlines Of Procurement Activities Are Shown Below: 1. Issuance Of Bidding Documents: November 15 - December 3, 2024, 8:30am 2. Pre-bid Conference Date & Time: November 21, 2024, 10:000 Am 3. Receipt Of Bids Deadline: December 3, 2024, 10:00 Am 4. Opening Of Bids Date & Time: December 3, 2024, 10:00 Am 5. Venue Of Activities Conference Hall, Cebu City District Engineering Office, V. Sotto St., Brgy. Tinago, Cebu City Prospective Bidders May Download The Bidding Documents (bds), If Available, At The Dpwh Website And At The Philippine Government Electronic Procurement System (philgeps). Bidders That Will Download Bd’s From The Dpwh Website Shall Pay The Said Fees As Stated Above On Or Before The Submission Of Their Bid Documents. The Bac Will Issue Hard Copies Of The Bds At The Same Address To Eligible Bidders Upon Payment Of A Fee Stated Above. The Interested Bidders For Project Number 9 Must Own Or Lease One (1) Unit Prime Mover (low Bed W/ Trailer), One (1) Unit Backhoe (0.80 Cu.m.), Se 130 Lc-2, One (1) Unit Dump Truck – 10 Cu. Yd., 290 Hp, One (1) Unit Payloader Lx80-2c 110hp, One (1) Unit Motorized Road Grader G7 10a 140 Hp, One (1) Unit Cargo / Service Truck 9-10t, 270 Hp, One (1) Unit Vibro Hammer, Dpd600t Hydraulic Pile Driver, One (1) Unit Vibratory Roller 10mt Sd100dc, One (1) Unit Cutting Outfit, One (1) Unit Cargo / Service Truck 2-5t, 270 Hp, One (1) Unit Generator Set (300kw), One (1) Unit Water Truck / Pump – 16,000l 360 Hp, One (1) Unit Air Compressor 356-450cfm, One (1) Unit Demolition Hammer (breaker), One (1) Unit Truck Mounted Crane 41-45 Mt 246 Hp, One (1) Unit One-bagger Mixer 4-6ft3 / Min, One (1) Unit Concrete Vibrator (flexible Shaft Type 2” Head Dia With 5amp Gasoline Driven Unit, One (1) Unit Concrete Drilling Machine, One (1) Unit Plate Compactor Gasoline Engine, One (1) Unit Jackhammer, One (1) Unit Pull-off Machine, One (1) Unit Pull-out Machine, One (1) Unit Pail Can Mixer, One (1) Unit Grout Mixer, One (1) Unit Applicator Machine, One (1) Unit Kneading Machine, One (1) Unit Grinding Cap Wheel 5”, One (1) Unit Grinder 5”, One (1) Unit Pneumatic Scaler, One (1) Unit Disc Sander, One (1) Unit Bar Cutter (25mm Max. Rebar Dia Grade 40, Single Phase) And One (1) Unit Bar Bender (25mm Max. Rebar Dia, Three Phase). Contractors / Applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. As Prescribed In Department Order No.3 Series Of 2015, The Deadline Of Submission Of Contractors Records To The Dpwh-civil Works Registry For Updating Is As Follows: A.) For Class “a” Documents And Financial Statements, Must Be Submitted At Least Seven (7) Calendar Days And B.) Technical Documents (completed / On-going Projects) At Least Fifteen (15) Calendar Days Before The Deadline For The Submission Or Opening Of Bids. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Same Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend And Late Bids Shall Not Be Accepted. Bid Submission Maybe Done Manually Or Electronically / Online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission Or At Electronicbids_cebucity@dpwh.gov.ph For Electronic Submission On Or Before The Deadline Stated Above. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. The Cebu City District Engineering Office Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Hereby Incurring Any Liability To The Affected Bidders And No Responsibility To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved: Sharinah A. Batocapala Bac Chairman Noted: Manolo B. Madronio, Jr. Oic-district Engineer
Closing Date24 Jan 2025
Tender AmountPHP 49 Million (USD 836.6 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Pre-proposal Conference (industry Day)
date: 30 January 2025 At 10:00 Am Est, Virtual Meeting Via Teams
this Industry Day Conference Is An Informational Presentation That Will Include A Question/answer Session. Contractors And Their Subcontractors Interested In Attending This Industry Day For The Niagara Falls Ars Project Are Requested To Submit Their Names Via Email To The Usace Contracting Specialist, Ms. Charity Mansfield At Charity.a.mansfield@usace.army.mil Nlt 4:00 Pm Est On 27 January 2025.
this Is Not A Request For Proposal, An Invitation To Bid, Or A Request For Quotation. Therefore, This Event Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract Nor Will The Government Pay For Information Provided To The Government In A Response Nor Pay For Administrative Costs Incurred Attending The Industry Day Event. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement.
teams Link:
https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_bdbe58dae3ea4a1baeacf0e6103cf177%40thread.v2/0?context=%7b%22tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22oid%22%3a%229e6c2bed-6282-4de9-98d7-1f8ecc70997e%22%7d
meeting Id: 993 880 212 848
passcode: Gm6md7du
dial In By Phone:
+1 503-207-9433,,806426912# United States, Beaverton
phone Conference Id: 806 426 912#
project Description: Please Join Us For An Industry Day Hosted By The Louisville, District, United States Army Corps Of Engineers To Discuss The Niagara Falls Ars Project To Construct An Addition To Building 321 For Kc-135 Boom Operator Weapon System Trainer (bowst) And The Renovation Of Building 321 For The Operational Flight Trainer (oft).
the Government Is Planning To Issue A Small Business Set Aside Invitation For Bid (design/bid/build) For The Construction Of A 2,500 Sf (232.3 Sm) Boom Operator Weapons System Trainer (bowst) Addition To Building 321 And Renovations Of B321 To Meet Facility Design Requirements For The Officer Flight Trainer (oft) Simulator.
the Procurement And Installation Of The Bowst And Oft Simulators Are The Responsibility Of The Government And Not Part Of This Project, However, The Contractor Will Be Responsible For Commissioning Certain Systems After The Simulator Installation. After The Oft Simulator Is Installed, The Contractor Will Be Responsible For Installing The Deluge Fire Suppression System Under The Oft Simulator.
all Existing Tenants Will Be Relocated, And The Building Will Be Turned Over To The Contractor For The Period Of Construction.
the Bowst Addition Is A Minor Milcon Project And The Base Bid. The Oft Renovation Project Is Operation & Maintenance Funded And Will Be Listed As Options To The Contract.
construction For The Addition Is To Comply With Bowst Manufacturer Requirements To Include Minimum Bowst High Bay Size Of 21’ H, 33’x34’; Insulated Overhead Door Access, Three Briefing Rooms, One Debriefing Room, Parts Storage Room, Computer Room, And Mechanical/electrical Room. Facility To Include Reinforced Concrete Foundation And Floor Slabs, Steel Framing And Trusses, Masonry Exterior Walls, Standing Seam Metal Roofing System, Hvac, Electrical, Lighting, And Fire Systems. Computer Room Flooring Rated For Minimum 1,000-pound Rolling And 250-pound Concentrated Loading. Interior And Exterior Communications Infrastructure Is Included And Designed For Peak Use. Provide All Supporting Utilities, Pavements, And Landscaping Required For A Complete And Usable Facility. Exterior Finishes To Match Or Compliment Installation Architectural Standards. Include Space For Mechanical/electrical Equipment, Egress, And Personnel Circulation. Facility Layout To Meet Authorized Functional And Operational Mission Needs Of The Assigned Unit And Bowst. The Site Will Include All Utility Connections And Paved Maintenance/vehicle Access Route To High Bay. Additionally, The Existing Rain Garden On Site Will Be Replaced With A Bioretention Basin To Meet The Stormwater Requirements. Low Levels Of Pfos/pfoa Have Been Detected In The Soil And Groundwater Near The Bowst Site. Management, Testing, And Disposal Of Soil/groundwater To Comply With Niagara Falls Air Reserve Station, State And Federal Regulations For Pfos/pfoa Contamination Will Be Required As Part Of This Project.
construction For The Renovation Is For The Oft Simulator Space To Make It Secure And Compliant With Open Storage Requirements So The Sims Can Be On The Maf Dmo Dtcn Secure Network 24/7. Modify Interior Partitions And Doorways To Support Adequate Briefing Room Spaces Impacted By Bowst Addition And To Use Dedicated Computer Room Space More Efficiently. Modify Room 108a To Provide Environmental Controls And Adequately Sized Door Opening So Hpu And Mcc Fit. Facility Layout To Meet Authorized Functional And Operational Mission Needs. Install 2-ton Overhead Crane In The High Bay. Install A New Drawbridge Tower And Stair Assembly. Install Chilled Water Supply For Cooling. Facility To Include Properly Located And Sized Hvac, Electrical, Lighting, And Fire Suppression Systems. Install Raised Pad For Mcc In Hydraulic Room. A New Exterior Pad Is Required For Ahu Cockpit Condenser. Replace Existing 6” Thick Permeable Concrete Pavement Parking Areas With Salt Resistant 6” Concrete Pavement.
contract Duration Is Estimated At 681 Calendar Days. The Estimated Cost Range Is Between $5,000,000 And $10,000,000. Naics Code Is 236220.
this Posting Will Be Updated To Include The Industry Day Presentation Following Completion Of This Pre-proposal Conference.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Civil Works Others, Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Through Its Bids And Awards Committee, Through The Gaa 2024, Intends To Apply The Sum One Million Nine Hundred Fifty-five Thousand Seven Hundred Pesos & 00/100 (php1,955,700.00) Being The Approved Budget For The Contract (abc) To Payments Under This Contract: 1 Contract Id 24gnc0020 Contract Name: Procurement Of Diesoline Use For Service Vehicle Shh115, Shh-287, Shk-302, Bo-jo50, Cdk-1061, 151008 (terra), 123002, 151008 (navarra), 151010, Shh104, Shr 321, Kgk-439, Skc-923, Hydraulic Mounted Crane 150102, Dumptruck H3-6628, Dumptruck Sna6467, Hydraulic Excavator And Road Roller Z18-463, Genset 10 Kva Assign In Maintenance Section. (for Emergencies And Calamities) Abc: Php1,955,700.00 Contract Duration: 90 Calendar Days Bid Documents Fee: Php5,000.00 Bids In Excess Of The Abc For Each Lot Shall Be Automatically Rejected. 2. The Department Of Public Works And Highways Through Its Bids And Awards Committee Now Invites Bids For The Aforementioned Projects. Delivery Of The Goods Is Required Ninety (90) Calendar Days From Issuance Of Notice To Proceed. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Monday To Friday At 8:00 To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 Until Before 1:00 Pm Of January 08, 2025 From The Given Address And Website(s) Below And Upon Payment Of Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Facsimile. 6. The Department Of Public Works And Highways Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On December 26, 2024, 10:00 Am At Dpwh Agusan Del Sur 2nd Deo, Procurement Unit, Bac Conference Room San Francisco, Agusan Del Sur And Through Zoom (meeting Id:857 8025 0282 And Passcode: 624749 And Livestreamed On Youtube Channel: Http//www.youtube.com/@dpwh.ads2deo, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Dpwh Agusan Del Sur 2nd Deo, Procurement Unit, Bac Conference Room San Francisco, Agusan Del Sur On Or Before January 08, 2025, 1:00 P.m. Late Bids Shall Not Be Accepted. Bidding Documents May Be Purchased And Bid Proposals May Be Submittedthrough An Authorized Representative Together With The Original Special Power Of Attorney (spa) For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) Which Is Contract Specific And Presentation Of Company Id Or Any Government Issued Id 8. All Bids Must Be Accompanied By A Bid Security/bid Securing Declaration In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At Dpwh Agusan Del Sur 2nd Deo, Procurement Unit, Bac Conference Room San Francisco, Agusan Del Sur And Live Streamed On Youtube Channel: Http//www.youtube.com/@dpwh.ads2deo. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend The Activity. 10. The Department Of Public Works And Highways Through Its Bids And Awards Committee Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Iir Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Chairperson: Wilfred R. Visaya Address: Karaos, San Francisco, Aqusan Del Sur Telephone No. (085) 343-8726 Email Address: Dpwhkaraosbac@gmail.com Bac Secretariat Head: Thelma S. Espeso Address: Karaos, San Francisco, Aqusan Del Sur Telephone No. (085) 343-8726 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps), And Website Of The Department Of Public Works And Highways Https://www.dpwh.gov.ph/dpwh/business/procurement/gs/advertisment Date Of Publication: December 18, 2024 At Dpwh Website & Philgeps Wilfred R. Visaya Oic-assistant District Engineer Bac- Chairperson
Closing Date8 Jan 2025
Tender AmountPHP 1.9 Million (USD 33.6 K)
Municipality Of Tuba, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Procurement Of Various Infrastructure Projects Project Id No. 2024 - 12 - 021 1. The Municipality Of Tuba, Through Municipal Supplemental Budget No. 3 Cy 2024, Approved By The Sangguniang Bayan Intends To Apply The Corresponding Sums Of The Following Projects Listed Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot: Lot No. Project Title Project Location Project Description Cds To Compl-ete Minimum Equipment Required Source Of Fund Abc Lot 1 Improvement Of Bailey Bridge At Camp 6 Camp 4, Tuba, Benguet Project Billboard; Construction Safety And Health Requirement; Installation Of Bailey Bridge (phase 1) 63 Cds Dump Truck (6-8.99 Yd3), Crawler Crane (21-25 Metric Ton), Welding Machine (500a), Scaffolding Pipes (set), Cutting Machine Municipal Supplemental Budget No. 3 Cy 2024 - Nw 3,000,000.00 Lot 2 Construction Of Lubnac Waterworks System Camp 1, Tuba, Benguet Project Billboard/signboard; Construction Safety And Health Requirements; Structure Excavation; Reinforced Concrete; Masonry Works; Metal Structures; Plumbing Works; Electrical Works 62 Cds Water Well Drill, Mini Cargo Truck (3.00 Cu.m.), One Bagger Mixer, Bar Cutter, Bar Bender, Welding Machine, Minor Tools (10% Of Labor Cost) Municipal Supplemental Budget No. 3 Cy 2024 - Nw 1,000,000.00 Grand Total 4,000,000.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required In (see Expected Contract Duration Listed Above For Each Lot). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Bac Office, Municipal Building, Poblacion, Tuba, Benguet From 8:00 A.m To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024, At The Municipal Bids & Awards Committee, Municipal Hall, Poblacion, Tuba, Benguet, And From The Website Given Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Official Receipt And Order Of Payment. "6. The Municipality Of Tuba Through The Bids And Awards Committee (bac) Will Hold A Pre-bid Conference On December 18, 2024 At 8:00 A.m. At The Municipal Bac Office, 2nd Floor, Municipal Building, Poblacion, Tuba, Benguet, Which Shall Be Open To Prospective Bidders. " 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. "9. Bid Opening Shall Be On January 03, 2025 At 9:00 A.m. At The Bac Office, 2nd Floor, Municipal Building, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. " 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each And Every Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of Bid. 13. For Further Information, Please Refer To: Roshield W. Duguies, Arlene D. Bangit, Venus P. Rimando, Edith G. Labbot And Kevin Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail Address: Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. To Bid For This Contract, A Bidder Must Meet The Following Major Criteria; A. Duly Licensed Filipino Citizens/sole Proprietorship 75% Filipino-owned Partnerships, Corporations, Cooperatives, Or Joint Ventures; B. Must Be Registered In The Philgeps Or Procurement Service; C. With A Pcab License; D. Prospective Bidder Must Have Completed An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To The Current Prices Using The Psa Consumer Price Indicates, Must Be At Least Fifty Percent (50%) Of The Abc To Bid: Provided, However, That Contractors Under Small A & B More The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Computation Of A Prospective Bidder's Nfcc Must Be At Least Equal To The Abc To Be Bid. Further, Hard Copies Of Bidding Documents Will Be Issued By The Bac Secretariat At The Bac Office, Municipal Hall, Tuba, Benguet Upon Payment At The Municipal Treasury Office For The Corresponding Fees. 15. You May Visit Our Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Issue: Jackson L. Pasamic 10-dec-24 Me Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)
1161-1170 of 1190 archived Tenders