Crane Tenders

Crane Tenders

Energie Und Wasser Potsdam GmbH Tender

Others
Germany
Details: The currently unused rooms of the workshop building will be gutted down to the shell and rebuilt. The radiant ceiling panels in the former workshop area are to be retained. On the ground floor, an electrical company is renting some rooms. They will continue to use the rooms during the construction phase. All work in the rented areas must be agreed with the tenants in good time. This company has also been commissioned to carry out electrical work and is therefore the contact person for the construction site's electrics. Some of the windows, doors and gates will be removed without replacement and all others will be replaced. 120 mm Wlg 035 rock wool will be installed as external insulation. The workshop building was built as a column/beam construction during the GDR era. Gas silicate concrete wall panels were installed in front of the columns as a stacked facade. The window bands were enclosed with steel structures. The roof was built from sloped trusses with reinforced concrete ribbed ceiling panels with concrete topping. A new photovoltaic system is to be installed on the roof. A horizontal drywall ceiling is to be installed in the rooms on the upper floor. The old bridge crane has been dismantled. The rails of the old bridge crane are present and are to be retained.
Closing Date6 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation, And Quotes Are Being Requested. A Written Solicitation Will Not Be Issued. requisition Number W912hz25q0001 Is Being Issued As A Request For Quote (rfq) With Intent To Award As A Single Contract. The Solicitation Document And Incorporated Provision And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02. this Requirement Is 100% Set Aside For Small Business Concerns Under North American Industry Classification System (naics) 336999 With A Small Business Size Standard Of 1,000 Employees. the Us Army Corps Of Engineers, Engineer Research And Development Center (erdc), Directorate Of Public Works (dpw), Has A Requirement For The Brand Name Or Equal Brand-new Gr-20 Genie Runabout Single Man Doorway Accessible Man Lift. requirement: the Erdc Dpw Is Seeking Quotes For Brand-new Equipment To Match The Following. This Is A Brand Name Or Equal Requirement. The Minimum Specifications Are Listed Below. this Is A Lowest Price Technically Acceptable Request For Quote. deliver To Dpw, 3909 Halls Ferry Road, Vicksburg, Ms 39180. The Vendor Shall Submit With Their Quote, The Latest Published Specifications And Advertising Literature. Equipment Shall Maintain The Full Manufacturer Warranty. Delivery Shall Be Included In The Quoted Price. Equipment Shall Be Delivered Within 60 Calander Days Of Contract Award. line Item 0001 And Optional Line Item 0002 Shall Be Used To Determine The Lowest Price. Available Delivery Of Line Item 0002 Will Be Requested Before The Option Is Exercised. technical And Delivery Poc: tony King 601-415-6607 anthony.m.king@usace.army.mil bidding Schedule: line supplies/services quantity unit unit Price amount 0001 brand-new Gr-20 Genie Runabout Single Man Doorway Accessible Man Lift 1 each 0002 Option brand-new Gr-20 Genie Runabout Single Man Doorway Accessible Man Lift 1 each total the Equipment Must Meet The Following Specifications At A Minimum: self-propelled Electric Lift non-marking Solid Tires stowed Travel Dimensions Must Fit Through 32in Wide X 78in Tall Opening With Operator Onboard zero Inside Turning Radius minimum Platform Extended Height Of 19ft 9in (25ft 9in Working Height) platform Dimensions (wxl With Extension Retracted) 24in X 26in Minimum To 32in X 36in Maximum platform Extension 20” Minimum With Gate includes Descent, Motion, And Tilt Alarm pothole Protection ac Power To Platform For Running 110v/60hz Electric Tools lift/platform Capacity Of 350lbs large Forklift Pockets For Moving lift Eye For Crane Lifting removable Tool Tray lanyard Attachment Point battery Charge Indicator platform And Ground Controls With Emergency Stops manual Platform Lowering Valve must Include Batteries And All Necessary Charging Equipment Ready For Standard 110v/60hz Usa Outlets ansi, Osha & Csa Compliant indoor/outdoor Operation (outdoor Lift Heights And Capacities May Be Reduced But Must Be 15ft 6 In Minimum Platform Height) minimum Of 1 Year Full Warranty And 5 Year Major Structural Components Warranty 30% Gradeablility on Board Tilt Sensor Activated At 3 Degrees Front To Back And 1.5 Degrees Side To Side dual Wheel Brakes hydraulic Brake Release load Sense *brand Name Or Equal the Vendor Shall Submit With Their Quote, The Latest Published Specifications And Advertising Literature On The Machine They Propose To Furnish. If Quoting Equal Product, Please Provide Below Information: manufacturer’s Name: ______________________, Brand: __________________________ model Or Part Number: _______________________ to Be Considered For Award In Accordance With Far 52.211-6, Brand Name Or Equal, Offers Of “equal” Products, Including “equal” Products Of The Brand Name Manufacturer, Must— (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By— (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. (a) The Contracting Officer Will Evaluate “equal” Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (b) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An “equal” Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation prices Must Include Any Shipping, Fob Destination. this Award Will Be Made Based On Lowest Price Technically Acceptable With The Standard Being Meets All Requirements. far Provision 52.212-1, Instructions To Offerors Commercial Items, Applies To This Acquisition. far Provision 52.212-2, Evaluation - Commercial Items, Applies To This Acquisition. offerors Must Include A Completed Copy Of Far Provision 52.212-3 Alt I, Offeror Representations And Certifications Commercial Items, With Its Offer. far Clause 52.212-4, Contract Terms And Conditions Commercial Items, Applies To This Acquisition. far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items, Applies To This Acquisition. supplement To Far 52.212-5: The Following Far Clauses Are Applicable To This Acquisition: 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13 And 52.232-33. far Clause 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (jan 2011) supplement To Far 252.212-7001: The Following Far Clauses Are Applicable To This Acquisition: 252.225-7001, 252.232-7003. far Clause 52.204-7, Central Contractor Registration far Clause 52.204-99, System For Award Management Registration far Clause 52.247-34, F.o.b. Destination the Following Additional Far Clauses And Provisions Are Incorporated By Reference And Apply To This Combined Synopsis/solicitation: 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-certification; 52.233-3 Protest After Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former Dod Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (deviation 2012-o0004); 252.225-7002 Qualifying Country Sources As Subcontractors; 252.225-7048 Export-controlled Items; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea the Following Additional Far Clauses And Provisions Are Incorporated By Full Text And Apply To This Combined Synopsis/solicitation: 52.219-28 Post-award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-item Structure; 252.211-7003 Item Identification And Valuation questions Must Be Received No Later Than 25 February 2025 By 12:00 Pm Central Standard Time. All Questions Must Be Sent To Anna Crawford Via Email At Anna.crawford@usace.army.mil. quotes Are Due 27 February 2025 By 12:00 Pm (central Time Zone): Quotes Will Be Accepted By Email Only To: Anna.crawford@usace.army.mil. For Information Concerning This Solicitation Contact Anna Crawford Via Email At The Above Email Address. the Government Intends To Awardwithout Discussions Iaw Far 52.215-1; However, The Government Reserves The Right To Open And Conduct Discussions If It Deems Them To Be Necessary. Therefore, Offerors Are Advised To Submit Proposals That Are Fully And Clearly Acceptable Without Additional Information.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: Sources Sought - Jetty Rehabilitation Of Cheesequake Creek, New Jersey, Nj Federal Navigation Project background Information the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform The Rehabilitation Of The Eastern Jetty Of Cheesequake Creek, New Jersey. The Proposed Rehabilitation Would Involve Restoring The Jetty To Modern Standards, Which Includes Raising The Height To Match The Western Jetty. Through Jetty Construction Activities, Approximately 17,832 Cubic Yards Of Material Will Be Dug Up To A Depth Of -9’ Mean Lower Low Water (mllw). because Of Possible Restrictions In The New Jersey Department Of Environmental Protection Water Quality Certificate, The Proposed Work May Be Required To Only Be Performed By Utilizing Certain Equipment. For This Scope Of Work Of Jetty Construction, Certain Equipment May Be Required Such As, But Not Limited To Excavators, Dozers, Cranes, Or Rigs Of A Similar Type To Place The Stones And Perform Digging. The Excavated Material Would Be Required To Meet All Federal, State, And Approved Local Criteria Required By The Government Agencies Having Jurisdiction, Where The Material And Placement Sites Are Located. the Apparent Low Bidder Shall, Within 35 Calendar Days From The Date The Apparent Low Bidder Is Notified Of Being Such, Provide Copies Of All Required Permits And Approvals For Transfer. Transportation, Dewatering, And/or Processing, And Final Placement Of The Sediment Removed, And Shall Submit Evidence Of Such Permits And Approvals To The Government. once The Contract Is Awarded, The Contractor Will Be Required To Commence Work Within Five (5) Calendar Days After The Date Of Receipt Of The Notice To Proceed. The Presence Of Jetty Rehabilitation Equipment In The Channel Will Impact Vessel Traffic And The Contractor May Be Required To Move Operations To Allow For Vessel Traffic To Proceed. the Proposed Work Is Anticipated To Begin In The Fall Of 2025. Work Is Expected To Continue At A Minimum Of 6-9 Months. Due To Restrictions In The Environmental Window, The Contractor May Have To Implement Additional Measures Such As Working Within The Environmental Window Duration While Employing Environmental Monitoring Or Pausing Work Within The Environmental Window And resuming Once Environmental Window Reopens. The Work Is Estimated To Cost Between $10,000,000 And $15,000,000. survey Of The Construction Industry 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 The Cheesequake Creek Jetty Rehabilitation Project. general 1) Have You Ever Worked On Jetty Or Groin Construction Jobs Similar In Nature To This Project? If So, Please Describe The Project And For Whom The Work Was Performed. Identify A Point Of Contact And Phone Number, If Possible. 2) Have You Performed Jetty Rehabilitation Within The Coastline Of New Jersey? 3) What Percentage Of Work Can You Perform With Your Own Equipment Or Equipment Owned By Another Small Contractor? 4) Would You Be Willing To Bid On The Project Previously Described? If The Answer Is No, Please Explain Why Not? 5) Would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? 6) Have You Ever Worked On A Project That Involves Excavating And Disposing Of Material Near A Superfund Site? 7) Do You Have Capabilities To Or Can You Procure Capabilities To Perform Sampling And Testing Of Excavated Material Prior To Transportation And Placement At A Receiving Facility? 8) Is There A Dollar Limit On The Size Contract That You Would Bid? If So, What Is That Limit? 9) What Is The Largest Contract, In Dollars, On Which You Were The Prime Contractor? 10) What Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? 11) The Contractor Is Required To Obtain An Acceptable Use Determination (aud) From The Local Jurisdiction Where Excavated Material Will Be Placed. Do You Have Familiarity With The Process, And Have You Ever Worked On A Project Where Obtaining An Aud Was Required? 12) Use Of Usace Resident Management System (rms 3.0) Will Be Required For This Contract. Do You Have Experience Using The Usace Resident Management System (rms 3.0) For Delivering Submittals, Daily Reports, And Pay Estimates? 13) Are You Familiar With The Usace Em 385-1-1 (march 2024) And All Requirements? Deficiencies Observed On Site Will Require Immediate Attention And Action To Meet All Applicable Safety Codes. 14) In Previous Projects, Do You Have Experience In Completing Environmental Monitoring Of Endangered Species? If So, Was Such Work Contracted To A Company That Specializes In Such Environmental Windows? equipment 15) What Type Of Equipment Do You Own And / Or Operate That Is Suitable For The Work Described Please List Each Piece Of Equipment Capable Of Performing Each Type Of Work Described. 16) Identify What Equipment Including Support Equipment & Equipment On The Water, You Would Employ On This Project. Identify Your Means For Transporting The Required Stone To The Project Site, Would This Be Using Your Own Trucking Or A Trucking Company? 17) Do You Have Experience With The Placement Of Removed Sediment At Upland Placement Sites? 18) Please List Any Historical Projects Involving Removal Of Non-hars Material. Also List The Processing & Placement Sites Used To Place The Material. 19) Would You Be Able To Complete All Work Associated With This Project Within The Timeframe While Ensuring There Is Minimal Or No Impact To Protected Species Outside Of The Environmental Windows? If The Option To Work Within The Environmental Window Is Available, What Additional Measures Would You Employ During Work So That There Is Minimal Or No Impact To Protected Species? 20) How Long Is A Typical Reconstruction Of 15 Feet Height And 12 Feet Crest Width Jetty?
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Ministry Of Ecological Transition, Ministry Of Territorial Cohesion, Ministry Of The Sea Tender

Civil And Construction...+1Civil Works Others
France
Details: The purpose of this consultation is the emergency demolition services for the Anita boat. The decontamination, unloading and demolition services for the Anita boat will include in particular: - Cleaning the entire boat, - Asbestos removal of materials and products containing asbestos, - Demolition of the upper part of the boat flush with the gunwale, in order to be able to unload the boat, - Pumping of water and hydrocarbon sludge from the boat's hold and fuel tanks, - Evacuation by 20m3 pump truck and treatment in an approved center of water and hydrocarbon sludge, - Gradual demolition of the boat, up to the waterline, - Handling by crane of the boat on slipways, - Demolition of the remainder of the boat on site and recovery of all waste from the construction site. - The Production of a Video Including All On-Site Services
Closing Date14 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others...+3Civil And Construction, Civil Works Others, Machinery and Tools
United States
Details: //update// (1/15/24) line Items Have Been Added To The Combo, Sow Has Been Updated, Q&a Form Has Been Attached. 23d Force Support Squadron Strives To Meet The Needs Of Our Customer Base. Grassy Pond Currently Has Three (3) Floating Docks On Our Main Lake That Need To Be Replaced And Three (3) Floating Docks That Needs To Be Repaired Due To Damage Sustained From Tropical Storm Debby And Hurricane Helene. One Of The Damaged Floating Docks That Needs To Be Repaired Is Located At Mission Lake On Moody Afb. 23d Force Support Squadron Requires The Full Replacement Of Three (3) Floating Docks And The Repair Of Three (3) Floating Docks. replacements: • One (1) 75' X 6' T-shaped Floating Dock With 10' Entry/walkway On The East Trail (replacement) - All Of The Framework And Handrails Will Be Galvanized Steel, A Composite Deck, And A Poly Float. handrails = 1-1/4" Sch 40 Pipe (1-5/8" Od) With A .140" Wall Thickness Made Of Galvanized Steel Or Thicker handrails To Encompass Entire Floating Dock Including Entry Way - 20' X 6' Dock Section With Rails - "t" Is 15' X 6' Dock Section With Rails, A 3' Gate To Allow For Access To The Floating Dock For Boats, And Boat Bumpers To Ensure No Damage Done To The Docks By Boats - 10' Entry Ramp entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip - Pilings = 4 Ea (3" Sch 40 Galvanized Steel) 6' Minimum Embedded + Depth Of The Water + 3' Out Of Water pilings Are To Be Hollow In The Middle round Out Sharp Edges drive In The Pilings - Custom Galvanized Steel Slide Brackets For Pilings = 4 Ea • One (1) 75' X 6' With 5' Entry/walkway Floating Dock With No Handrails Near Bldg 2019 (replacement) - All Of The Framework Will Be Galvanized Steel, A Composite Deck, And A Poly Float. - Three (3) 20' X 6' Dock Section With No Rails - One (1) 15' X 6' Dock Section With No Rails - 5' Entry Ramp With No Handrails entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip - Pilings = 4 Ea (3" Sch 40 Galvanized Steel) 6' Minimum Embedded + Depth Of The Water + 3' Out Of Water pilings Are To Be Hollow In The Middle round Out Sharp Edges drive In The Pilings - Custom Galvanized Steel Slide Brackets For Pilings = 4 Ea • One (1) 35' X 6' Floating Dock With 12' Ramp For The Boat Launch With No Handrails (replacement) - All Of The Framework Will Be Galvanized Steel, A Composite Deck, And A Poly Float. - One (1) 20' X 6' Dock Section With No Rails - One (1) 15' X 6' Dock Section With No Rails - 12' Entry Ramp With No Handrails entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip - Pilings = 2 Ea (3" Sch 40 Galvanized Steel) 6' Minimum Embedded + Depth Of The Water + 3' Out Of Water pilings Are To Be Hollow In The Middle round Out Sharp Edges drive In The Pilings - Custom Galvanized Steel Slide Brackets For Pilings = 2 Ea repairs: • One (1) T-shaped Floating Dock On The Backside Of Our Boat Storage Area. (repair) - Screw Down All Loose Deck Boards With Stainless Steel Screws. - Straighten Out The "t" Connection And Re-secure Floating Dock. - Add Six (6) Piling Ring Extensions To Six (6) Existing Pilings To Move Pilings Further From The Dock And Ensure The Longevity Of The Floating Dock. - Replace All 84 Lower Handrail Bolts On The Handrails, Install Backing Washers, And Re-attach The Handrails With New Bolts. - Straighten And Reinstall All Handrails Back To Original Condition. • One (1) T-shaped Floating Dock At Mission Lake. (repair) - Straighten Center Broken Walkway And Re-secure To The Land Using Existing Pilings (pilings Are 3" Sch 40 Galvanized Steel). - Add Eight (8) Piling Ring Extensions To Eight (8) Existing Pilings To Move Pilings Further From The Dock And Ensure The Longevity Of The Floating Dock. - Replace All 84 Lower Handrail Bolts On The Handrails, Install Backing Washers, And Re-attach The Handrails With New Bolts. • One (1) T-shaped Floating Dock At Dock Near The East Trail Of Grassy Pond (repair) - Repair And Re-secure Two Side Handrails That Detached During The Storm And Are Slightly Bent. - Repair And Re-secure Handicap Handrail On Entry Walkway. - Two (2) Piling Extensions 4" Sch 40 Pipe To Be Secured Through The Center Of Existing Pilings To Ensure Stability Of Floating Dock. • Must Include: - All Required Equipment, Tools, Materials, Including But Not Limited To Aquatic Vehicles, Storage For Materials, Forklifts, Cranes, - Fees To Obtain Any Relative Permits (i.e. Dig Permits) - All Required Demolition Including Concrete/curbing/poles/rods - Own Dumpster For Disposal - Removal Of All Waste - All Required Construction To Include But Not Limited To Pilings/footers And Assembly Of The Floating Dock - All Required Transportation/travel standard 1-year Warranty To Be Provided By Contractor. deliver To 5360 Grassy Pond Rd , Lake Park, Ga 31636 site Visit: a Site Visit Will Be Held On Tuesday January 14 2025 At 9:00 Am Est. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Center No Later Than 8:30 Am Est For Check-in (required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit. for Completing The Attached Base Pass Forms Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Site Visit, Include Date Of birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete, Email The Base Pass To Ryan.trevino.2@us.af.mil No Later Than Cob Monday January 13, 2025 At 11:30 Am Est. see Mission Lake Base Map For Directions To The Meeting Point At Moody Afb.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

City Of San Carlos Tender

Publishing and Printing
Philippines
Details: Description The Office Of The City Library Is In Need Of The Various Books Reading Materials, This City 1 Tungkol Sa Pagkamahiyain 2 2 Tungkol Sa Pagpapasalamat 2 3 Tungkol Sa Pagpapasensiya 2 4 Tungkol Sa Pagtitiyaga 2 5 Tungkol Sa Responsibilidad 2 6 Tungkol Sa Pagbabahagi 2 7 Tungkol Sa Pagkamasayahin 2 8 Tungkol Sa Galit 2 9 Tungkol Sa Paghahanap Ng Solusyon 2 10 Tungkol Sa Lakas Ng Loob 2 11 Tungkol Sa Katapatan 2 12 Tungkol Sa Gawaing-koponan 2 13 Tungkol Sa Kabutihang Loob 2 14 Tungkol Sa Paggalang 2 15 Tungkol Sa Pagmamahal 2 16 Tungkol Sa Pagiging Masunurin 2 17 God Talks With Me About Overcoming Fears 2 18 God Talks With Me About Thankfulness 2 19 God Talks With Me About Friendship 2 20 English With Values Boldness 2 21 English With Values Anger 2 22 Dalawa Kami Ni Lola 2 23 Dear Nanay 2 24 Lola Lola 2 25 Big Sister 2 26 Ang Lumang Makina Ni Lola 2 27 Ang Bisita Ni Lolo Lino 2 28 Si Lola-nanay At Si Dandandandan 2 29 Bog 2 30 Twit 2 31 Pitong Angel 2 32 Ang Tatlong Prinsipe Ng Kalinaw 2 33 Junior 2 34 Ang Beybi Naming Mamaw 2 35 Misteryo 2 36 Gaano Ba Kalayo Patungong Paaralan 2 37 Munting Opisina Ni Nanay 2 38 Ang Mga Kahon Ni Kalon 2 39 Ang Papag Ni Tatang 2 40 Ang Pambihirang Babaeng Hindi Umuupo 2 41 Monster Rescue 2 42 Lumang Kumot Ni Lola 2 43 Lumang Aparador Ni Lola 2 44 Ang Sakim Na Aparador 2 45 Ang Riles Sa Tiyan Ni Tatay 2 46 I Am An Apple 2 47 Saturday Morning In The Garden 2 48 Paaaasaaaaluuubong 2 49 Mamay Esing 2 50 Si Ginoong Mundo At Ang Kanyang Mahiwagang Kahon 2 51 Kayang - Kaya Ko Nang Maging Kuya. 2 52 Mga Guhit Sa Dingding 2 53 Taho Taho Tahoooooieyy!(big Book) 2 54 May Bolang Kristal Ba Si Inay ? 2 55 Sa Piling Ni Nanay (bigbook) 2 56 Kuwentong Nanay - Superwoman Si Inay Big Book 2 57 Kuwentong Nanay - Siya Ba Ang Inay Ko? 2 58 Ang Nanay Kong Drayber (bigbook) 2 59 Titser Nany 2 60 Ang Aking Angel 2 61 Imbisibol Man 2 62 Inay Inaay Ko 2 63 Super Woman Si Inay 2 64 Ang Sapatos Ni Mommy 2 65 Sikat Ang Mommy Ko 2 66 Sexy Ang Mommy Ko 2 67 May Magic Si Inay 2 68 Mahal Kita Inay 2 69 Si Gab At Ang Higanteng Bag 2 70 Tahi Tahi 2 71 Ang Mahalagang Misyon Ng Mga Batang Pekiro 2 72 Ang Alamat Ng Palay 2 73 Ang Huling Puno 2 74 Green Luntian 2 75 Si Tiya Salome 2 76 Ang Alamat Ng Butanding 2 77 Inhale, Exhale 2 78 Luntian Ang Bungang May Pakpak 2 79 Si Tanya Ang Uwak Na Gustong Pumuti (bigbook) 2 80 Pasasalamat Ni Haribon (bigbook) 2 81 Ako Ay May Kiki (smallbook) 2 82 Ako Ay May Kiki (bigbook) 2 83 Ako Ay May Titi (smallbook 2 84 Ako Ay May Titi (bigbook) 2 85 Ang Nanay Kong Drayber (bigbook) 2 86 Uncle Sam 2 87 A Lesson From Juana 2 88 Ako'y Masayang Masaya (bigbook) 2 89 Ang Malinis Na Malmag (big Book) 2 90 Sandosenang Sorpresa (big Book) 2 91 Isang Magandang Umaga (big Book) 2 92 Ang Ampalaya Sa Pinggan Ni Peepo(big Book) 2 93 Karera Para Sa Kalusugan 2 94 Ang Mahahabang Tainga Ng Tatlong Lola 2 95 Tuldok Ang Pinagmulan Ng Buhay 2 96 Si Doctor Li At Ang Nakakoronang Virus 2 97 May Monster Si Kuya 2 98 Ang Ampalaya Sa Pinggan Ni Peepo 2 99 Good Habits (health) 2 100 Good Habits (nutrition) 2 101 Maging Ligtas Sa Corona Virus 2 102 Ang Batang Galit Sa Lamok 2 103 Premyadong Kuwentong Pambata - Tuldok: Ang Pinagmulan Ng Buhay 2 104 Premyadong Kuwentong Pambata - Salu - Salo 2 105 Ang Lumang Aparador Ni Lola 2 106 Premyadong Kuwentong Pambata - Lola - Lola 2 107 Premyadong Kuwentong Pambata - Ang Kumot Ni Dora 2 108 Premyadong Kuwentong Pambata - Junior 2 109 Premyadong Kuwentong Pambata - Alamat Ng Duhat 2 110 Premyadong Kuwentong Pambata: Fish For Two 2 111 Premyadong Kuwentong Pambata- Berting, Ang Batang Uling 2 112 Premyadong Kuwentong Pambata - Ang Riles Sa Tiyan Ni Tatay 2 113 Premyadong Kuwentong Pambata - Sa Tapat Ng Tindahan Ni Mang Teban 2 114 Premyadong Kuwentong Pambata - Lumang Kumot Ni Lola 2 115 Premyadong Kuwentong Pambata - Si Ginoong Mundo At Ang Kanyang Mahiwagang Kahon 2 116 Premyadong Kuwentong Pambata - Kung Paano Nanalo Si Rosang Taba Sa Isang Karera 2 117 Premyadong Kuwentong Pambata - Ang Mahiwagang Manok Ni Menggay 2 118 Premyadong Kuwentong Pambata - Ang Tsinelas Ni Inoy 2 119 Premyadong Kuwentong Pambata - Ang Pangat, Ang Lupang Ninuno, At Ang Ilog 2 120 Premyadong Kuwentong Pambata - Ang Tatlong Bubwit At Ang Bangkang Marikit 2 121 Premyadong Kuwentong Pambata: Gusto Ko Nang Lumaki 2 122 Premyadong Kuwentong Pambata - Ang Madyik Ni Paolo 2 123 Premyadong Kuwentong Pambata - Ako Ay Isang Apol 2 124 Ang Batang Laging Tumitingin Sa Sapatos Ng Mga Tao 2 125 Mga Premyadong Kuwentong Pambata : Ang Singsing - Pari Sa Pisara 2 126 Mga Premyadong Kuwentong Pambata : Si Andoy , Batang Tondo 2 127 Premyadong Kuwentong Pambata: The Magic Bahag 2 128 Mga Premyadong Kuwentong Pambata : Saturday Morning In The Garden 2 129 Mga Premyadong Kuwentong Pambata : A Thousand Paper Cranes 2 130 Mga Premyadong Kuwentong Pambata : Gaano Ba Kalayo Patungong Paaralan 2
Closing Date5 Feb 2025
Tender AmountPHP 55 K (USD 941)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. solicitation Number: W912dr25ra009 this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. note: There Will Be A Pla Requirement For This Project. project Description: the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process. the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice. responders Should Address All The Following In Their Submittal: 1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number. 2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register. 3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business. 4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain). 5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars. 6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project. 7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work. 8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience: capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00. successful Experience With Leed Silver Construction And Environmental Low Impact Development. successful Experience With Building Information Management (bim) Technology. independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff. us Citizens (should Include Naturalized Citizens/legal Citizen). total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages. comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence. submission Instructions: this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

Municipality Of Upi, Maguindanao Tender

Machinery and Tools
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)

Province Of Samar Tender

Education And Training Services
Philippines
Details: Description The Provincial Government Of Samar Invites All Interested Registered Suppliers To Submit In Person Or Authorized Representative Quotation For- Children Story Books (8 X 9in – 10.5 In) 8 Pcs. Little Life Lessons On … Kindness 8 Pcs. Little Life Lessons On … Respect 8 Pcs. Little Life Lessons On … Courage 8 Pcs. Little Life Lessons On … Anger 8 Pcs. Little Life Lessons On … Obedience 8 Pcs. Little Life Lessons On … Love 8 Pcs. Little Life Lessons On … Honesty 8 Pcs. Little Life Lessons On … Cheerfulness 8 Pcs. Little Life Lessons On … Patience 8 Pcs. Little Life Lessons On … Responsibility 8 Pcs. Little Life Lessons On … Shyness 8 Pcs. Little Life Lessons On … Teamwork 8 Pcs. Little Life Lessons On … Perseverance 8 Pcs. Little Life Lessons On … Sharing 8 Pcs. Little Life Lessons On … Finding Solutions 8 Pcs. Little Life Lessons On … Thankfulness 8 Pcs. God Talks With Me About Overcoming Fears 8 Pcs. God Talks With Me About Thankfulness 8 Pcs. God Talks With Me About Friendship 8 Pcs. Gaan Oba Kalayo Patungong Paaralan 8 Pcs. Si Nina Sa Bayan Ng Daldalina 8 Pcs. Og Uhog 8 Pcs. Mamay Esing 8 Pcs. Team Abangers At Ang Estilong Trumpo 8 Pcs. Ang Ruler Na Mahilig Manukat 8 Pcs. Ang Lumang Makina Ni Lola Mina 8 Pcs. Si Lola-nanay At Si Dandandandan 8 Pcs. Ang Payong Na Takot Sa Ulan 8 Pcs. Pibo 8 Pcs. Ang Bisita Ni Lolo Lino 8 Pcs. Si Tiya Salome 8 Pcs. Uncle Sam 8 Pcs. Big Sister 8 Pcs. Monster Rescue 8 Pcs. The Three Questions Of Tarongoy 8 Pcs. Ang Pinakamasayang Biyahe Ni Karen 8 Pcs. Ang Ng-iisa At Natatanging Si Onyok 8 Pcs. The First Star 8 Pcs. Sa Aming Bahay-bahayan 8 Pcs. Ang Sakim Na Aparador 8 Pcs. Pol Purol 8 Pcs. Ang Singsing-pari Sa Pisara 8 Pcs. The Magic Bahag 8 Pcs. Namimingwit Sa Langit 8 Pcs. A Thousand Paper Cranes 8 Pcs. Ang Tatlong Bubwit At And Bangkang Marikit Sa Tapat Ng Tindahan Ni Mang Tebang 8 Pcs. Makukulay 8 Pcs. Sinemadyika 8 Pcs. The Girl Who Looked At Peoples’s Shoes 8 Pcs. I Am An Apple 8 Pcs. Ang Mga Kahon Ni Kalon 8 Pcs. My Father The Shape Shifter 8 Pcs. Si Berting, Ang Batang Uling 8 Pcs. Dalawa Kami Ni Lola 8 Pcs. Imbisibol Man Ang Tatay Ko 8 Pcs. Ang Ampalaya Sa Pinggan Ni Peepo 8 Pcs. Menggay’s Magical Chicken 8 Pcs. How Rosang Taba Won A Race 8 Pcs. Gusto Ko Nang Lumaki 8 Pcs. Where Do Mountains And Hills Come From 8 Pcs. Ang Mahahabang Tainga Ng Tatlong Lola 8 Pcs. Tuwing Sabado 8 Pcs. The Day Max Flew Away 8 Pcs. Mister World And His Magical Box 8 Pcs. Bayong Ng Kuting 8 Pcs. Ang Madyik Ni Paolo 8 Pcs. Si Tanya, Ang Uwak Na Gustong Pumuti 8 Pcs. Tuldok: Ang Pinagmulan Ng Buhay 8 Pcs. Ang Lumang Aparador Ni Lola 8 Pcs. Fish Of Two 8 Pcs. Fetch 8 Pcs. Misteryo 8 Pcs. Ang Mga Tsismis Sa Baryo Silid 8 Pcs. Ang Pintor Ni Garu 8 Pcs. Kiko Kitikiti 8 Pcs Burnay, Ang Batang Palayok 8 Pcs. Alamat Ng Sibuyas 8 Pcs. Ang Paglalakbay Ni Potpot 8 Pcs. Ang Siopao Na Ayaw Sa Batang Matakaw 8 Pcs. Bog! 8 Pcs. Ang Pambihirang Babaeng Hindi Umuupo 8 Pcs. Ang Tatlong Prinsipe Ng Kalinaw 8 Pcs. Bumbilita 8 Pcs. Dear Nanay 8 Pcs. Ang Mahalagang Misyon Ng Mga Batang Pekiro 8 Pcs. Ang Pag-abot Kay Pangarap 8 Pcs. Ang Mahiwagang Bag Ni Mama 8 Pcs. Faye, The Always Angel 8 Pcs. Green 8 Pcs. Inhale, Exhale 8 Pcs. Kayang-kaya Ko Nang Maging Kuya 8 Pcs. I Want My Yaya 8 Pcs. Ino, The Invincible 8 Pcs. Kayumanggi 8 Pcs. Kiko’s Room 8 Pcs. Kissing Lips 8 Pcs. Kwentong Kotse 8 Pcs. Fire! 8 Pcs. Earthquake! 8 Pcs. Flood 8 Pcs. Volcanic Eruption 8 Pcs. Lilay 8 Pcs. May Leon Sa Aking Dibdib 8 Pcs. Luntian, Ang Bungang May Pakpak 8 Pcs. May Bas A Paaralan Bukas? 8 Pcs. Mga Guhit Sa Dingding 8 Pcs. Monumento Ni Eman 8 Pcs. Muling Magbabalik Ang Perya 8 Pcs. My Daddy! My One And Only 8 Pcs. Munting Opsin Ani Nanay 8 Pcs. Niña Inocente 8 Pcs. Pitong Anghel 8 Pcs. Si Taho At Si Balut 8 Pcs. Super Ningning 8 Pcs. Tahi-tahi 8 Pcs. Si Gab At Ang Higanteng Bag 8 Pcs. Paaasaaaaluuubong! 8 Pcs. Titser Nanay 8 Pcs. The Little Angel Who Lost Her Wings 8 Pcs. Twit! 8 Pcs. Papuntang Community Pantry 8 Pcs. Naalala Ko Ang Aking Paaralan 8 Pcs. Kung Paano Pangalagaan Ang Pangalan 8 Pcs. Ang Magalang Na Pagtanggi 8 Pcs. May Tunay Na Mabuti 8 Pcs. Superpower Para Sa Lahat 8 Pcs. Ang Mapa Pauwi 8 Pcs. May Monster Si Kuya Big Books (11.5in X 16.5in) 4 Pcs. Ang Alaga Kong Lolo 4 Pcs. Ang Batang Papet 4 Pcs. Ang Nanay Kong Drayber 4 Pcs. Kiko Kitikiti 4 Pcs. Masaya Ang Maging Ako 4 Pcs. Ako’y Masayang-masaya 4 Pcs. Sandosenang Sorpresa 4 Pcs. Mga Damdamin Ni Butanding 4 Pcs. Words Have Power 4 Pcs. Dabog Nang Dabog Si Dino Middle/young Age Books (5.25in X 8in) 4 Pcs. Moymoy Lulumboy Book 1: Ang Batang Aswang 4 Pcs. Moymoy Lulumboy Book 2: Ang Nawawalang Birtud 4 Pcs. Moymoy Lulumboy Book 3: Ang Paghahanap Kay Inay 4 Pcs. Moymoy Lulumboy Book 4: Mga Dulot Ng Digmaan 4 Pcs. Moymoy Lulumboy Book 5: Ang Lihim Ng Libro 4 Pcs. Moymoy Lulumboy Book 6: Ang Ugat At Ang Propesiya 4 Pcs. Angelica, Ang Multo Ng Balete Drive 4 Pcs. Hulagpos: Antolohiya Ng Mga Radikal Na Kwentong Pambata 4 Pcs. Baklas: Antolohiya Ng Mga Radikal Na Kwentong Pambata 4 Pcs. Piglas: Antolohiya Ng Mga Radikal Na Kwentong Pambata Approved Budget For The Contract: P231,600.00 Requisitioning Office: Governor’s Office – Youth Development Program Supplier Shall Submit The Following Requirements: A. Duly Signed Request For Quotation. Completeness Of Submission (please Attach Sample/photo With Specifications Of Item Offered) B. Philgeps Registration Certificate C. Mayo’s/ Business Permit D. Security And Exchange Commision (sec) Or Dti Or Cda Registration E. Bir Certificate Of Registration F. Annual Income Tax Return (aitr) G. Tax Clearance H. Omnibus Sworn Statement Request For Quotation (rfq) Forms May Be Secured From The Secretariat, Bids And Awards Committee Starting February 13, 2025. Please Submit In Person Or Authorized Representative Your Quotation. The Last Day Of Submission Of Quotation Is On February 18, 2025, Not Later Than 5 Pm. The Provincial Government Of Samar Reserves The Right To Accept Or Reject Any Or All Quotations And Impose Additional Terms And Conditions It May Deem Proper. Place Of Submission: Bac Office Capitol Compound, Catbalogan, Samar
Closing Date18 Feb 2025
Tender AmountPHP 231.6 K (USD 4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103. this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out. sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
2571-2580 of 2593 archived Tenders