Crane Tenders

Crane Tenders

Philippine Ports Authority Tender

Machinery and Tools
Philippines
Details: Description Request For Quotation 1. The Philippine Ports Authority, Pmo Northern Luzon, Through Its Bids And Awards Committee (bac), Hereby Invites Contractors Duly Registered With The Philippine Contractors Accreditation Board (pcab) To Submit Quotation/bid Proposal For The Hereunder Project In Accordance With Sec. 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184: A. Project Title : Relocation Of Rubber Dock Fender B. Location : Port Of Currimao, Ilocos Norte C. Approved Budget For The Contract (abc) : Php 143,058.23 D. Equipment Requirement: 1 – Cranes, Truck Mounted, Hydraulic Telescopic Boom, 100hp, Owned Or Leased 1 – Welding Machine, 400 Amp. Min., Owned E. Contract Duration: 15 Calendar Days 2. Prospective Bidders Shall Submit Their Quotations In Three (3) Copies Together With The Following Documents: A. Copy Of Valid Pcab License – “general Engineering D” B. Copy Of Valid And Current Mayor’s Permit. C. Copy Of Valid Phil-geps Registration/organizational Number D. Notarized Omnibus Sworn Statement 3. If Interested, Please Pay A Non-refundable Amount Of Five Hundred Pesos (php 500.00) Vat Inclusive, Before The Deadline Set For The Submission Of Bids. 4. Quotation/bid Proposal Accompanied With Detailed Cost Estimates Must Be Delivered To The Bids And Awards Committee (bac), C/o Bac Secretariat, Ppa, Pmo Northern Luzon, Brgy. Maglaoi Norte, Currimao, Ilocos Norte Or Thru E-mail Address Bac.ppanlz@gmail.com On Or Before 5:00pm, January 06, 2025. 5. Opening Of Price Quotations Will Be Conducted On January 07, 2025, 10:00 Am. (sgd) Fernando Z. Nipal Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 143 K (USD 2.4 K)

Medite Europe DAC Tender

Services
Others
Ireland
Details: Title: Rft For The Installation Of A Thin Board Double-up Station At Line 1 Press Outfeed And Replacement Transport Carriage In L1 Storage Field At Medite Europe Dac‘25 description: Medite Europe Dac Are Seeking Suitably Qualified Mechanical Engineering Companies To Install A Transport Carriage And A Thin Board Doubling-up Station At Their Plant At Medite Europe Dac, Redmondstown, Clonmel, Co. Tipperary. Part 1. Installation Of Thin Board Double-up Station At Line 1 Press Outfeed Medite Europe Dac Requires The Installation Of A Board Transport / Thin Board Doubling-up Station Between L1 Press Exit And The 1 Board Cooler, To Accommodate Master Panel Of Different Sizes. This Is Composed Of 3 Connected Belt Conveyors, A Thin Board Blocking Mechanism (pneumatic) And Some Local Control Panels Mounted On It. It Is 9655mm In Total Length And 3139 In Width. It Will Replace The Existing Roller-conveyor And Similarly Will Be Located Above Existing Angled Conveyor (staying) Into The Board-breaker. Its Legs Will Be On Same Footprint, Sitting Outside Those Of Angled Conveyor. Installation Will First Require Removal Of The Roller Conveyor. The Oem Supplying The System Is Kontra Ag. It Is Envisaged That Removal Of Existing Roller Conveyor And Replacement With Double-up Station Will Take Place During Line1 Annual Shutdown (asd) In June 2025 (wks. 24 + 25). Removal Of Old Conveyor, Mechanical Installation Of New One And Connection Of Services Is To Take Place In The First Week Of Asd. Electrical Works / Programming Will Be Completed By Medite/kontra During Second Week Of Asd. The Expected Duration Of The Asd (downtime) Will Be 12 Days. This Will Be Followed By Approximately 5 Days Of Testing + Commissioning During 1st Week After Restart Of Production (wk 26), During Which The Contractor Needs To Be Available To Support Onsite And Troubleshoot And Rectify Any Issues That May Arise During Ho. The Oem (kontra) Will Supply A Mechanical Fitter, An Electrical Technician And An E-tech/plc Programmer To Oversee The Works. Access Platforms, Stairs And Ladders To Current Conveyor Are Non-compliant With Latest En Standard. The Successful Bidder Will Be Responsible For The Fabrication + Installation Of New Platforms, Stairs, Etc. And Removal Of Old Hardware, And To Complete The Works As Set-out In The Outline Of Works In The Above Timeframe. Pscs - Successful Bidding Contractor Part 2. Replacement Transport Carriage In L1 Storage Field Medite Europe Dac Requires The Installation Of A New ‘basic’ Transport Carriage In L1 Storage Field, As Shown. It Will Replace The Existing Storage Field Carriage (ca. 2002) And With Be Controlled Via Ethernet-ip And The Ab Control Logix Platform. Installation Will First Require Removal Of The Existing Transport Carriage The Oem Supplying The System Is Kontra Ag. These Works Also To Take Place During Wks. 24 + 25 In Parallel With Double-up The Contractor Is Responsible For The Following: • All Lifting Equipment (crane, Hoists, Slings, Etc.) And Scaffolding / Access Platforms (mewps, Etc.) To Carry Out The Works, Temporary, Mobile Or Fixed • Lift Plan And Appropriate Lifting Gear • Furnishing Of The Necessary Devices And Heavy Tools (e.g. Cutting + Welding Gear, Hand-tools, Battery Operated Power Tools). • Transport Of Mounting Work Pieces To Mounting Position, Protection Of Mounting Place And Materials From Detrimental Influence Of Any Kind, Cleaning Of The Area After Installation Is Complete. *please See The Tender Document Attached For The Full And Complete Scope Of Works *
Closing Date5 Feb 2025
Tender AmountEUR 75 K (USD 77.8 K)

Municipality Of Kasibu, Nueva Vizcaya Tender

Corrigendum : Closing Date Modified
Philippines
Details: Description Completion Of Municipal Gymnasium￾phase 6 (2nd Posting) Minimum Pcab License Required: Medium A On Buildings 1. The Municipal Government Of Kasibu, Through The 2023 Supplemental Budget No. 2 And Capital Outlay 2024 Intends To Apply The Sum Of Twenty Nine Million Ninety Nine Thousand Eight Hundred Eighty Seven Pesos And Thirty Two Centavos Only (p29,099,887.32) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Completion Of Gymnasium-phase 6 Located At Municipal Compound Poblacion Section, Kasibu, Nueva Vizcaya Invitation Number: 12-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Five Hundred Four (504) Working Days. 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 Non￾discretionary “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 Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (p25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On February 20, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before March 4, 2025 At 10:00am. 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 16. 9. Equipment Needed For The Project Are As Follows: Cargo/service Truck, One Bagger Concrete Mixer, Truck Mounted Crane, Backhoe, Dump Truck, Pneumatic Drilling Machine, Pumpcrete. 10. Bid Opening Shall Be On March 4, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [february 13, 2025] James B. Canayan Municipal Assessor Bac Chairperson
Closing Date4 Mar 2025
Tender AmountPHP 29 Million (USD 501.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office No. Iv-a Cavite 1st District Engineering Office Trece Martires City Name Of Procuring Entity : Dpwh-cavite 1 Deo Purchase Request (p.r. No.) : 25-02-042 Revised On: Date : February 26, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Address : Tel. No./fax No. : Tin No. Please Quote You Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit A Physical Copy Of Your Quotation Duly Signed By Your Representative Not Later Than 10:30 Am Of March 07, 2025, To The Bac Secretariat For Goods, Dpwh-cavite I District Engineering Office, Trece Martires City. Terms And Conditions 1. All Entries Must Be Typewritten Or Legibly Written. Incomplete Entries Will Not Be Accepted. 2. Delivery Period Within Thirty (30) W.d. Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. G-eps Registration Certificate, Mayor’s Permit, Itr Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. 7. Please Indicate The Brand Of Each Item Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 560,031.65 Felimon G. Nueva, Jr. Chief, Administrative Section Bac Chairperson Item No. Items & Description Qty. Unit Unit Price Total Price Diesel 7280 Liter Gas 701 Liter **fuel Of Heavy Equipment To Be Used By Maintenance Section Shv – 175 Dump Truck Dam 5600 Mini Dump Truck Dam 5617 Mini Dump Truck Dam 2768 Isuzu Stake Truck Ue-i160 Sino Dump Truck 6w U3-i111 Isuzu Boom Truck-mounted Crane Nev 5871 Isuzu Giga Dump Truck Neo-7831 Isuzu Rega Dump Truck U5t289 Isuzu Elf Truck 14f Cargo U5t288 Isuzu Elf Truck 14f Cargo N2r235 Isuzu 6w Sewage Suction Truck U5t287 Isuzu Nppr 14ftr Truck N1-2328 Maxpower Road Grader L2-1660 Maxpower Wheel Loader Purchasing Of Fuel Of Heavy Equipments To Be Used By Maintenance Section In Dpwh Cavite 1st District Engineering Office Brand And Model : __________________________ Warranty : __________________________ Delivery Period : __________________________ Price Validity : __________________________ After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Items (s) At Prices Not Above. Tel. No. (046)4045474 C/o Felimon G. Nueva, Jr. Chief, Administrative Section Bac Chairperson _______________________________ Printed Name / Signature / Date Proj. Id 25gdf0030 Tel. No. / Cellphone No. / E-mail Address
Closing Date7 Mar 2025
Tender AmountPHP 560 K (USD 9.6 K)

Molndal City, Molndal Tender

Others
Sweden
Details: Procurement Of Facility Transport For Operating Departments Within The City Of Mölndal. The position refers to ongoing assignments with forklifts and crane trucks, including...
Closing Date13 Jan 2025
Tender AmountNA 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Irrigation Work
United States
Details: Sources Sought a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately. 1. Project Title: Cannelton Lock & Dam Repair/replace Lock & Dam Controls 2. Naics: 237990*** Amendment *** Revised The Naics. Naics Code Is 237990 - Other Heavy And Civil Engineering Construction 3. Project Location: The Project Is Located In Cannelton, Indiana 4. Short Project Description: A. Replacement Of Existing Filling/emptying Valve Machinery Position Instrumentation (magnetic Proximity Switches, Rotational Encoders) And Their Associated Wiring. B. Replacement Of Segments Of Existing Control Cabling Between Control Shelters And Powerhouse. C. Modifications To Existing Lock Control Interface Panels Including Interlock Pinning And Displays Of Valve Position Indicators. D. Modification Of Lock Controls To Incorporate Modern Interlock Requirements. E. Replacement Of Existing Dam Tainter Gate Height Position Indication System (encoder Instrumentation). 5. Type Of Action: Construction 6. Estimated Advertisement Date (phase I): March 2025 7. Estimated Award Date: May 2025 8. Estimated Performance Period: 540 Calendar Days 9. Construction Cost Limit (ccl): Note: The Ccl Is The Estimated Construction Award Amount And Does Not Include Real Estate, S&a, Ddc Or Contingency. estimated Cost Range Between $1,000,000 And $5,000,000 Per Far 36.204. 10. Responses Should Include: A. Identification And Verification Of The Company's Small Business Status. B. Contractor's Unique Identifier Number And Cage Code(s). C. Documentation From The Firm's Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits. D. Descriptions Of Experience - Interested Firms Must Provide Specification Sheets For All Equipment To Determine If The Firm Can Provide The Requested Equipment. I. Projects Similar In Scope To This Project Include: (1) Industrial Controls Work Which Include Lock Control Instrumentation, Control Relay Work, Cable Routing, Panel Fabrication, And Mounting Bracket Fabrication. Projects Consisting Of Replacement Of The Dam Tainter Gate Remote Height Indication Equipment, And Rehabilitation Or Replacement Of Power Distribution Equipment Both Inside And Outside Of The Main Motor Control System Will Also Be Considered Similar In Scope. (2) Examples Include: 1. Newburgh Lock Electrical Update (2012): Project Consisted Of Designing And Installing New Mcc Components, New Dam Power Distribution System, Remote Tainter Gate Control System. As Well As Completing Motor Winding Insulation Testing And Refurbishing Electric Motors. 2.john T Myers Electrical Upgrades (2019): Project Consisted Of Designing And Installing The Dam Tainter Gate Remote Height Indication Equipment, Power Distribution For The Bulkhead Crane, And Lighting Transformers. 3. Markland Lock And Dam Electrical Upgrades (2019): Project Consisted Of Designing And Installing The Dam Tainter Gate Remote Height Indication Equipment, The Dam Emergency Bulkhead Crane Controls And Power Distribution Equipment, The Power Distribution Equipment Both Inside And Outside Of The Project Main Motor Control Center, And The Lock Emergency Gate Relay-based Controls. Ii. Based On The Information Above, For Each Project Submitted, Include: (1) Current Percentage Of Completion Or The Date When It Will Be Completed. (2) Size Of The Project (3) Scope Of The Project (4) The Dollar Value Of The Contract (5) Identify The Number Of Subcontractors By Trade Utilized For Each Project. 11. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished. note: Total Submittal Package Shall Be No Longer Than 8 Pages. Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed. a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. All Interested Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Sources Sought Via Email No Later Than 17 February At 02:00 Pm Eastern Time. email Responses Ladonna.j.haug@usace.army.mil. If You Have Questions, Please Contact Ladonna Haug At The Email Address Above. This Is Not A Request For Quote And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Submission Of A Proposal. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. please Begin The Registration Process Immediately In Order To Avoid Delay. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (previously Known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date17 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 001: see Schedule original: n00164-25-q-0526 – Sole Source –continuous Wave Illuminator (cwi) Noise Test Set – Fsg 6625 - Naics 334515 issue Date 29 Jan 2025 – Closing Date 3 Feb 2025 – 12:00 Pm Eastern Time item Description- Naval Surface Warfare Center (nswc) Crane Has A Requirement For… Oem Omniphase- Ffp, Modified-commercial, Supply, Sole Source, Items Peculiar To One Manufacturer, Iaw Sow, Cdrl, Far 13. clin 0001- Continuous Wave Illuminator (cwi) Noise Test Set – P/n: 4524000- Quantity 1 Each- Iaw Sow, Cdrls, Dd254 clin 0002- Cdrl A001- Software Version Description clin 0003- Cdrl A002- Engineering Change Proposal clin 0004- Cdrl A003- Meeting Agenda clin 0005- Cdrl A005- Test Procedures clin 0006- Cdrl A006- Technical Data Package clin 0007- Cdrl A007- Test/ Inspection Report clin 0008- Cdrl A010- Government Furnished Material clin 0009- Cdrl A011- Software Test Report clin 0010- Cdrl A012- Software User Manual clin 0011- Cdrl A013- Certificate Of Compliance clin 0012- Cdrl A014- Bill Of Materials clin A013- Cdrl A015- Presentation Material sole Source Procurement- The Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, Limited Sources Or Brand Name Only Omniphase Research Labratories, Inc, 359 San Miguel Dr, Suite 208, Newport Beach, Ca 92660, Cage Code: 3ptd8 Under The Authority Of Far 13.106-1. This Is Being Solicited On A Sole Source Because (items Peculiar To One Manufacturer). All Responsible Sources May Submit A Capability Statement, Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Solicitation Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. contractors Must Be Properly Registered In The System For Award Management (sam). Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via The Internet At Https://sam.gov. contractors Must Be Properly Registered In The System For Award Management (sam) And The Joint Certification Program (jcp) In Order To Receive The Controlled Attachments. Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via Https://sam.gov. Information About The Jcp Is Located At Https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx. The Controlled Attachments Will Be Posted At The Same Time The Solicitation Is Posted. this Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13 As A Written. Synopsis Exception Far 5.202(a)(13) Applies And Solicitation Number N00164-25-q-0526 Is Hereby Issued As An Attachment Hereto. all Changes To The Requirement That Occur Prior To The Closing Date Will Be Posted To Contract Opportunities On Https://sam.gov/. It Is The Responsibility Of Interested Vendors To Monitor Https://sam.gov/ For Any Amendments, Which May Be Issued To This Solicitation. for Changes Made After The Closing Date, Only Those Offerors That Provide A Quote Will Be Provided Any Changes/amendments And Considered For Future Discussions And/or Award. offers Shall Be E-mailed To Emily.j.wichman.civ@us.navy.mil. All Required Information Must Be Received On Or Before 12:00pm Eastern Time.
Closing Date4 Mar 2025
Tender AmountRefer Documents 

City Of San Jose, Nueva Ecija Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description The San Jose City – Local Government Unit (sjc-lgu) Through Its Bids And Award Committee (bac), Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement For The Item Stated Below, In Accordance With Section 53.9 Small Value Procurement Of Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Sjc-lgu Hereinafter Referred To As “the Purchaser”, Not Request Of The Price Quotation For The Subject Below: Qty Unit Description Sinotruk U8-w028 Sinotruk U7-w083 Sinotruk N1-s888 Sinotruk N1-s890 Sinotruk N1- S895 Sinotruk N1- W416 Sinotruk N1- F579 Hyundai D.t. Mv -2640 Hyundai D.t. Mv -2606 Daewoo D.t. Skn -138 Daewoo D.t. Skn -148 Sinotruk Manlift U2-u429 Sinotruk Manlift U2-u430 Isuzu Manlift Sjm-251 Hyundai Backhoe R220lc-9sh (long Arm) Hyundai Backhoe R220lc-9s (short Arm) Lonking Backhoe Cdm 6085 Lonking Backhoe Cdm 6225 Lonking Backhoe Cdm 6235 Lonking Skid Loader Cdm 307 Liugong Skid Loader 355a Hyundai Crane Truck Saa-3410 Isuzu Traviz D3k550 Isuzu Traviz D3k548 Suzuki Carry Utility Van G4e047 Suzuki Carry Pick-up G3z374 Suzuki Carry Uv 20102 3 Drums Hydraulic Oil 10/68 3 Drums Diesel Engine Oil 15w40 1 Drums Gear Oil #140 3 Pails Grease #2/#3 Approved Budget Of The Contract (abc) Inclusive Of Vat 233,000.00 Award Of Contract Shall Be Made To Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Specifications And Other Terms And Conditions Stated Herein. Prospective Bidders Shall Accomplish And Submit The Duly Price Quotation Form (pqf) Not Later Than 3 Calendar Days Upon Publication At Bac Secretariat At The General Services Office (gso) 2nd Floor Sjc-government Building. Use Of Forms Other Than The Attached Sjc-lgu Prescribed Rfq Is Not Acceptable. Sjc-lgu Condition Of Sale: 1. Delivery Schedule: Fifteen (15) Calendar Days From Receipt Of Approval Po/ntp 2. Delivery Site: General Services Office – Local Government Unit – San Jose City, Nueva Ecija 3. Bid Validity: Sixty (60) Calendar Days From Submission Of Bid Interest Supplier/service Provider Is Required To Submit The Following Documents: 1. Valid Mayor's Business Permit; 2. Bir Certificate Of Registration; 3. Dti Registration (sec Registration For Corporations); 4. Valid Philgeps Registration; 5. Income/ Business Tax Return; 6. Payment Form 0605; And 7. Omnibus Sworn Statement 8. Valid Tax Clearance Certificate Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative. The Penalty For Late Deliveries Is One Tenth (1/10) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Price. Once The Cumulative Amount Of Liquidated Damage Reaches Ten Percent (10%) Of The Contract Price, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sjc-lgu Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd) Esteban C. Valdez, Jr. Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 233 K (USD 3.9 K)

FEDERAL HIGHWAY ADMINISTRATION USA Tender

Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Bid – Plans And Specifications Are Not Available. this Notice Is Being Issued To Determine If There Is Sufficient Interest From Qualified Prime Contractors Who Are Small Businesses, Hubzone Small Businesses, Woman Owned Small Business Concerns, 8(a) Small Businesses, Or Service Disabled Veteran-owned Small Businesses And Who Intend To Submit A Bid For This Solicitation To Allow For A Set-aside In One Of These Programs. Interested Businesses Must Submit The Following By E-mail To Cflacquisitions@dot.gov (attn: Laura Vallejos) For Receipt By Close Of Business (2 P.m. Local Denver Time) On February 7, 2025. (1) A Positive Statement Of Your Intention To Submit A Bid For This Solicitation As A Prime Contractor; (2) A List Of All Confirmed Socioeconomic Categories (i.e., 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwosb, Or Wosb Status) That Apply To Your Business; (3) A Letter From A Bonding Agent Stating Your Firm’s Capability To Bond For A Single Project Of $5 Million, And Your Firm’s Aggregate Bonding Capacity; And (4) Provide A List Of Road Construction Projects Of Equal Or Greater Value And Scope To The Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge Project In Which You Performed Project In Which You Performed Work Similar In Scope. Do Not Send Information On Projects That Do Not Include The Above Work. the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc. Refer To The Code Of Federal Regulations 13 Cfr 121.103 For Information On How The Sba Determines Affiliation And 13 Cfr 121.108 Regarding The Penalties For Misrepresentation Of Size Status. All Firms Should Be Certified In The System For Award Management (sam) Located At Https://www.sam.gov/ project Details: Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge the Project Is Located Along Veterans Lake Trail Within The Chickasaw (chic) National Recreation Area (nra) In Murray County, Oklahoma. The Proposed Improvement Is To Replace A Pedestrian Trail Bridge That Was Removed By A Tornado April 2024. The Existing Bridge Has Been Found In Veterans Lake And Will Need To Be Removed As Well. The Existing Abutments Are Intact; However, Some Of The Anchor Bolts Are Bent And The South Abutment Is Cracked. constructing The New Bridge Includes Repairing The Existing Abutments That Would Be Reused To Support The Replacement Bridge, Repairing The Minor Masonry Structure, And Installing An Approximately 130-foot-long And 6-foot-wide Prefabricated Pedestrian Bridge. The Replacement Bridge Would Be A Prefabricated Steel Truss Bridge With A Timber Deck, Similar In Appearance To The Original Structure. Construction Staging Would Occur At The Existing Parking Lot At The North End Of The Dam And Access Provided Via The Existing Trail. removal Of The Existing Bridge From Veterans Lake Would Likely Involve Floating The Structure To The Parking Lots On The East Side Of The Lake And Lifting It Via Crane. The Bridge Would Then Be Appropriately Disposed Of. Two Parking Lots Would Be Utilized As Staging Areas And Provide Access For The Bridge Removal Process. principal Work Items: approximate Quantities For Major Work Items: 1 (lpsm) Of Removal Of Bridge (steel Truss Pedestrian Bridge) 1 Cuyd Of Removal Of Concrete (abutment) 200 Lbs Reinforcing Steel 1 (lpsm) Pre-fabricated Steel Bridge (modular Steel Pedestrian Bridge) 1 Cuyd Concrete it Is Anticipated This Project Will Be Advertised In Spring 2025 And Be Under Construction In The Summer Of 2025. The Project Has An Estimated Completion Date Of June 2026. due To Weather, No Onsite Work Is To Occur From Early March To Early May. estimated Cost Range: the Estimated Price Range Of The Project Work Is Between $2,000,000 And $5,000,000.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Sources Sought Notice Sources Sought Notice Page 4 Of 4 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 4 No Solicitation Is Currently Available. This Source's Sought Notice Is For Planning Purposes Only. All Information Contained Herein Is Preliminary And Subject To Changes And/or Cancellation At The Discretion Of The Government. Interested Vendors Shall Respond To This Notice Voluntarily, And At No Cost To The Government. The Information Requested Will Be Used Solely Within The Department Of Veterans Affairs To Facilitate Decision-making And Will Not Be Disclosed Outside Of The Government. Based Upon Information Received In Response To This Sources Sought Notice The Government Shall Decide On A Procurement Strategy, Which Shall Include The Type Of Small Business Set-aside, If Appropriate. The Eventual Procurement Strategy And Set-aside, If Appropriate, Is Solely Within The Discretion Of The Government. The Applicable North American Industry Classification System (naics) Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45m. Potential Offerors Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award (see Https://www.sam.gov/sam/pages/public/index.jsf ). Potential Offerors Must Also Have A Current Online Representations And Certification Application On File With Sam. Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses Shall Have Their Ownership And Control Verified By The Department Of Veterans Affairs (va) And Be Listed In The Vendor Information Pages (vip) At Https://vetbiz.va.gov/vip/. Description Of Services Pad Cooling Tower Repairs. Location: Va Palo Alto Health Care System (vapahcs), Palo Alto, Ca The Awarded Contractor Shall Provide All Supervision, Administrative And Technical Support, Labor, Subcontractors, Tools, Transportation, Materials, Supplies, And Equipment. The Contractor Shall Plan, Schedule, And Ensure The Effective Completion Of Cooling Tower Repairs. The Contractor Will Conduct Shutdown, Loto Cooling Tower Motor Controllers. The Contractor Will 40hp Motor, Coupling Assembly, Main Tower Support Frame, Fan Housing, And Fan Blades. The Contractor Will Use A Crane Lift To Set Components Into Place Due To The Weight Of The Parts. The Contractor Will Install A Safety Switch And Wire It Into The Vfd. The Contractor Will Remove Loto And Perform A System Check. Period Of Performance (pop) The Expectant Performance Will Be 15 Calendar Days From Issuance Of The Notice To Proceed (ntp). Sources Sought Information The Government Requests That Interested Parties Review The Description Of Services And Provide The Following Capability Information To The Contracting Specialist, Alex Arter, At Alex.arter@va.gov, By 8:00 Am Pdt On January 31, 2025: Business Size (large/small) Business Socio-economic Status (sdvosb, Wosb, 8(a), Hubzone, Etc.) Sam Record Duns Number Ability And Experience In Managing Projects Between $1,000,000.00 And $2,000,000.00. Include General Information And Technical Background Describing Your Firm's Experience On Contracts Requiring Similar Efforts To Meet The Program Objectives. Bonding Capability; Per Contract And Aggregate. Provide The Amount Of Aggregate Bonding Currently Available (i.e. Amount Not Committed). Anticipated Teaming Arrangements (if Any). List Of Projects (government And Commercial) That Are Similar In Scope And Size. List Of Sub-contractors You Intend To Use On A Project Of This Size And Scope. How Does Your Company Intend To Meet The Limitations On Subcontracting As Per 13 Cfr 125.6? Are Your Subcontractors From The Local Area Or Will They Be Coming From Out Of The Area? If Out Of The Area, From Where? Interested Parties Shall Not Submit More Than 10 Single-sided, Type-written Pages Using Times New Roman 12-point Font Or Larger. Published Literature May Be Any Number Of Pages. The Government Will Use This Information When Determining Its Business Type Decision. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government. No Contract Will Be Awarded As A Direct Result Of This Announcement.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
2651-2660 of 2749 archived Tenders