Dam Tenders
DEPT OF THE ARMY USA Tender
Electrical and Electronics...+1Electrical Works
United States
Details: This Is Not A Formal Solicitation. This Announcement Constitues A Pre-solicitation Noticeiaw Far Subpart 5.2.
this Pre-solicitation Notice Is For W9128f25r0003.
on Or Around 8 January2025, The U.s. Army Corps Of Engineers, Omaha District Intends To Issue Asolicitation For "garrison Riverdale Feeder Relocation" At Garrison Dam, North Dakota. The Solicitation Will Close On Orabout 11 February 2024 By 2:00 Pm Ct.
description Of Work:
the Purpose Of This Project Is To Relocate The Riverdale Electrical Power Feed From The Current Connection To The Garrison Power Plant Outside Station Service Switchgear To A Connection In The Garrison Transmission Switchyard. Relocating The Line Is An Extensive Effort That Requires The Purchase And Installation Of Terminal Equipment, Overhead And Underground Cabling, And Distribution Poles. The New Connection For Riverdale Will Be To The Secondary Side Of The 115kv/13.8kv 10mva Transformer Located In The Garrison Transmission Yard. The Relocation Project Will Require The Supply And Installation Of An Outdoor 15kv Class, 560a Re-closure With An 1,200a Interrupt Rating. This Re-closure And Its Associated Disconnects, And Spill Containment Will Be Installed In The Switchyard Near The 10mva Transformer. In Addition, The Contractor Will Install Approximately 600ft Of 3-750kcmil Cu Direct Buried Cable And The Associated Schedule 40 Conduits And Handholds. Portions Of The Conduits In The Switchyard And Near The Roadway Will Be Caped With Concrete. The Contractor Will Transition The Underground Feed To Overhead And Install Approximately 650ft Of 3-477kcmil Acsar Overhead Distribution Line Along With 5 Distribution Poles. This Line Will Be Connected To The Exiting Overhead Line For Riverdale At A Pole Near The Generator Yard. The Contractor Is Expected To Supply, Install And Commission All Of The Equipment Within The Scope Of Work. The Contractor Maybe Required Remove A Minimal Amount Of Cabling From The Current Connection In The Generator Switchyard.
site Visit:
details Of The Site Visit Date And Time Will Be Listed Within The Solicitation.
magniture Of Construction:
the Estimated Magintude Of Construciton For This Project Is Between $1,000,000 And $5,000,000.
naics Code:
the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is237130 - Power And Communication Line And Related Structures Construction With A Size Standard Of $45 Million.
place Of Performance:
garrison Powerhouse, Riverdale, North Dakota
contracting Office Address:
usace Omaha District
1616 Capital Ave, Omaha, Ne 68102-4901
point Of Contact:
all Questions Shall Be Submitted Into Projnet Once The Solicitation Is Posted.
note: Offerors Please Be Advised That An Online Registration Requirement In System For Awardmanagement (sam) Database (https://sam.gov) Exists And Directed Solicitation Provisions Concerningelectronic Annual Representations And Certifications On Sam. Representations And Certifications Arerequired To Be Updated Annually As A Minimum To Keep Information Current, Accurate And Complete.the Electronic Annual Representations And Certifications Are Effective For One Year From Date Of
submission Or Update To Sam. Solicitation Documents Will Be Posted To The Web Via Sam.gov.registration Is Required To Access Solicitation Documents. Sam.gov Provides Secure Access Toacquisition-related Information, Synopsis Or Pre-solicitation Notices And Amendment Current, Accurateand Complete. The Electronic Annual Representations And Certifications Are Effective Until One Year
from Date Of Submission Or Update.
Closing Date11 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: W912p525qa018 – Old Hickory Tree Planting Project At Rockland Recreation Area In Hendersonville, Tn
this Is A Pre-solicitation Notice. This Notice Is Being Issued For Planning And Informational Purposes Only. This Notice Is Not A Solicitation, Nor Is It To Be Construed As A Commitment By The Government. The Government Will Not Pay For Any Effort Expended In Responding To This Notice, Nor Will The Government Accept Proposals As A Result Of This Notice. The Scope Of Work For This Requirement Will Only Be Available Upon Solicitation Issuance.
purpose/project Description: This Is For The Purchase, Planting, And Maintenance Of Trees And Vegetation At The Rockland Recreation Area North Of Old Hickory Dam. Planted Trees And Vegetation Are To Replace The Trees That Were Damaged/removed Because Of The December 2023 Tornado. Comparable Native Species To Those Lost Will Be Planted To Restore The Recently Lost Natural Habitat And Beauty.
place Of Performance:
rockland Recreations Area
5 Power Plant Road
hendersonville, Tn 37075
anticipated Period Of Performance (pop):
base: The Expected Base For Initial Tree Planting Is One (1) Year.
option 1: One (1) Year Additional Tree Maintenance.
option 2: One (1) Year Additional Tree Maintenance
option 3: Planting Of Additional Trees – No Add To The Overall Pop.
will Be Exercised No Later Than 60 Calendar Days Before End Of Contract Pop.
naics Code And Sba Size Standard: The Naics Code For This Project Is 561730 - Landscaping Services With A Small Business Size Standard Of $9.5 Million.
type Of Set-aside: 100% Small Business Set-aside. Awardee’s Home Office Must Be Located With-in 75 Miles Of Rockland Recreation Area.
solicitation And Contract Type: The Government Intends To Award A Firm-fixed Price Service Contract.
solicitation Release Date: The Anticipated Release Date For This Solicitation Is April 2025.
site Visit: The Anticipated Date For A Site Visit Is Tentatively 17 April 2025.
system For Award Management (sam): In Accordance With Far 52.204-7, System For Award Management, Registration Is Required In The System For Award Management (sam) Database Located At Www.sam.gov. More Specifically, "an Offeror Is Required To Be Registered In Sam When Submitting An Offer Or Quotation And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation." (see Far 52.204-7(b)(1)).
for Sam Customer Service, Contact:
federal Service Desk
url: Www.fsd.gov
hours: 8am - 8pm (eastern Time)
us Calls: 866-606-8220
international Calls: 334-206-7828
dsn: 866-606-8220
point-of-contact For Questions: Any Communications Regarding This Procurement Before Award Must Be Made In Writing To The Contracting Branch,
attn:
scott Ellis, Contract Specialist At Robert.s.ellis@usace.army.mil
dani Bautch, Contracting Officer At Samantha.d.bautch@usace.army.mil
inquiries Must Identify The Solicitation Number, The Requestor's Company Name, Uei & Cage, Address, Email Address, And Telephone Number To Include Area Code.
Closing Date23 Apr 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Details: A Mandatory Site Visit Will Be Held On June 18th, 2025. A City Representative Will Be Present. This Visit Will Be Held On Site At 1908, Chemin Deuxi Me Sault, Saint-joseph De Madawaska, Nb And The Visits Will Be By Appointment, One Company At A Time. For The Visit Inscription, Please Contact M. Marco Levesque, By E-mail At Marco.levesque@edmundston.ca Or By Phone At (506)-737-6999. Concrete Work Construction Equipment, Miscellaneous - Repair ***addendum #1*** Please View Attachment All Other Information Remains The Same Power House Targeted Repairs Tender Call 2025-001 The City Of Edmundston Is Inviting Interested Tenderers To Present An Offer For Targeted Repairs Of Their Power House At The 2nd Falls Dam. Tender Documents Regarding This Contract May Be Obtained Only At The Development Department, Located On The 2nd Floor Of Edmundston City Hall, Via E-mail At Plan@edmundston.ca Or By Calling 506-739-2125. A Mandatory Site Visit Will Be Held On June 18th, 2025. A City Representative Will Be Present. This Visit Will Be Held On Site At 1908, Chemin Deuxi Me Sault, Saint-joseph De Madawaska, Nb And The Visits Will Be By Appointment, One Company At A Time. For The Visit Inscription, Please Contact M. Marco Levesque, By E-mail At Marco.levesque@edmundston.ca Or By Phone At (506)-737-6999. The Latest Revision And Amendments Of The Procurement Act, S.n.b. 2012, C. 20, The Goods And Services Regulation 2014-93 - Procurement Act, O.c.2014-273, And The Construction Services Regulation - Procurement Act, O.c. 2022-306, Shall Apply For Tendering Procedures. A Bid Bond Or A Certified Check In The Amount Of 10% Of The Tender Price, Payable To The City Of Edmundston, Must Accompany The Tender. The Successful Tenderer Will Be Required To Provide A Performance And A Labour And Material Payment Bond Each In The Amount Of 50% Of The Accepted Tender Price. The Performance Bond And The Labour And Material Payment Bond Shall Be In The Form Prescribed By Regulation 2021-81 Under The Construction Remedies Act, S.n.b. 2020, C.29, And Each Such Bond Shall Extend Protection To Subcontractors Of The Bidders And To Other Persons Who Supply Services Or Materials To The Bidder For The Work, Including To Any Other Person Or Class Persons To Whom Protection Must Be Extended Under Regulation 2021-81, In Such Amount(s) As May Be Prescribed Thereunder. Tenders Will Have To Be Signed And The Name, Address And Phone Number Of The Tenderer Will Also Have To Be Indicated. Sealed Tenders Indicating The Name And Address Of The Bidder On The Envelope Marked Power House Targeted Repairs, Tender Call 2025-001, June 2025 , Will Be Received By The Municipality Of Edmundston On Thursday, July 3rd, 2025, At The Development Department, 2nd Floor At City Hall, 7 Canada Rd, Edmundston, Nb Until 2:00 P.m. (local Time). Public Opening Of Tenders Will Follow Immediately And Will Be Also On Facebook Live On The Following Link: Https://www.facebook.com/ville.edmundston. The Lowest Or Any Tender Will Not Necessarily Be Accepted, And Tenders Received After The Specified Closing Time And Date Will Not Be Accepted. Guy Plourde, Ptech Operations This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice.
Closing Date10 Jul 2025
Tender AmountRefer Documents
Rijksvastgoedbedrijf Tender
Works
Electrical and Electronics...+1Solar Installation and Products
Netherlands
Details: Title: Aanbrengen Pvt-panelen/installatie Incl. Vervangen Dakbedekking Ministeriegebouw Bezuidenhoutseweg 73 Den Haag
description: In Het Kantoorgebouw Aan Bezuidenhoutseweg 73 In Den Haag Zijn De Ministeries Van Economische Zaken (ez), Landbouw, Visserij, Voedselzekerheid En Natuur (lvvn) En Klimaat En Groene Groei (kgg) Gevestigd. In Het Kader Van De Energietransitie Wordt Het Gebouw Verduurzaamd. De Verduurzaming Betreft Het Plaatsen Van Thermische Photovoltaïsche Panelen (pvt-panelen Op De Daken Van Het Complex, Gelijktijdig Met Het Vervangen Van De Dakbedekking En Het Maken Van Een Wko-koppeling Waarmee De Opbrengsten Van De Pvt-panelen Worden Ingezet Voor Het (mee) Verwarmen Van Het Gebouw. Het Project Is Onderdeel Van Het Project Energierijk Den Haag, Een Samenwerking Tussen Het Ministerie Van Binnenlandse Zaken En Koninkrijksrelaties, Gemeente Den Haag En Provincie Zuid-holland. Het Dakoppervlakte Bedraagt Ca. 5.000 M2. Het Gebouw Heeft Hellende Daken En Platte Daken. Op Een Aantal Van Deze Hellende Daken Wordt Een Stalen Frame Gemonteerd. Op Dit Frame Worden Pvt-elementen En Valbeveiliging Geïnstalleerd. De Hellende Daken Worden Ook Voorzien Van Een Nieuwe Bitumen Dakbedekking Op Het Bestaande Dakbedekkingsysteem. Hierdoor Moeten Aansluitingen Met Buitenwanden Aangepast/hersteld Worden. Tevens Worden De Kleine Hellende Daken (ventilatie-elementen) Voorzien Van Koperen Dakbedekking. De Opbrengst (warm Water En Elektra) Van De Pvt-elementen Wordt: - Door Het Gebouw Naar Maaiveld Gebracht En Vandaar Uit Via Dienstenstraat Naar Het Bestaande Koppelpunt T.b.v. Bestaande Wko-installatie In De Kelder Gebracht. - Door Het Gebouw Naar De Bestaande Wko-installatie In De Kelder Gebracht. Daken Van Het Complex: - Ministerie Van Economische Zaken (ez). - Ministerie Van Landbouw, Visserij, Voedselzekerheid En Natuur. Dakvlakken Van Gebouwdelen: 1, 2, 3, 4, 6 En 7. Gebouw - Ministerie Economische Zaken. Inclusief Ministerie Van Landbouw, Visserij, Voedselzekerheid En Natuur. Architect: - 1956 -1960 - Friedhof. - 2009 - 2013 - Dam En Partners. Laatste Renovatie: 2009. Oplevering: 2013. Bestaande Opbouw Daken - 1, 2, 3, 4, 6 En 7: - Sbs Dakbanen. Koper Gechacheerd, Plaatselijke Weg. - Onderlaag Gebitumineerd Polystermat. - Pir-isolatie, 60mm, Verkleefd In Bitumen/mechanisch Bevestigd.. - Meerlaags Gebitumineerd Glasvlies. - Bestaande Dakbedekkingssysteem. - Betonnen Onderconstructie Met Holle Platen (= Bimsplaten). De Liggers Worden Op De Betonnen Spanten Van Het Gebouw Geplaatst , Dit Omdat Bevestiging Op De Lichtbeton Dakplaten Welke Voorzien Zijn Van Ronde Kanalen, Door De Kanalen Heen Moet Gebeuren, Hetgeen Uitvoering Technisch Zeer Problematisch Wordt. Om De Pvt-installatie Te Kunnen Koppelen Op De Bestaande Infrastructuur Van Het Pand Moeten Er Werkzaamheden In Het Pand Uitgevoerd Worden Door De Aannemer.
Closing Date7 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Furnitures and Fixtures
United States
Description: Attachment 1: Template For Combined Synopsis-solicitation For Commercial Products And Commercial Services
effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq (36c25025q0444). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03.
this Solicitation Is A Full And Open Competition.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 722330 With A Small Business Size Standard Of $9 Million.
the Fsc/psc Is 7310
the Department Of Veterans Affairs
dayton Va Medical Center
4100 West Third Street
dayton Oh 45428
is Seeking To Purchase Dinex Food Carts.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
meal Tray Delivery Cart Dinex Model No. Dxtaiii4792024 Thermal Aire Iiit Junior Meal Delivery Cart, (2) Doors, 2- Compartment, 52-1/10"h, Enclosed, (24) Tray Capacity, Cart Is Divided Into Two Chambers (hot And Cold) With An Insulated Center Wall, Center Wall Has Machined Slots For Each Tray, Each Tray Slot Has An Aire-dam To Eliminate Any Airflow (heat Transfer) From One Chamber To The Next When No Tray Is Present In A Tray Slot, Doors Open To 270?, Ergonomic Handles, Non-marking Roto-molded Polymer Bumpers, (2) 6-1/4" And (2) 8" Reslex? Non-marking Casters (2 Fixed, 2 Swivel With Brakes), Stainless Steel Construction 3 Ea Note: Dinex Equipment Is Made To Order And Subject To Lead Times, Contact Factory For More Details.
local Stock Number: Dxtaiii4792024
through Sam.gov, Contract Opportunities, From Which The Data May Be Obtained.
delivery Shall Be Made Within 30 Days After Receipt Of Order (aro).
place Of Performance/place Of Delivery
address:
the Department Of Veterans Affairs
dayton Va Medical Center
4100 West Third Street
dayton Oh
postal Code:
45428
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
(nov 2023)
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (nov 2023)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services. (nov 2023)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services. (nov 2023)
far 52.232-40, Providing Accelerated Payments To Small Business Subcontractor
(mar 2023)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.246-71, Rejected Goods (oct 2018)
the Full Text Of Provisions Or Clauses May Be Accessed Electronically At This/these Address(es): Http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
this Is An Open-market Combined Synopsis/solicitation.â the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition.
or
the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following: (contractor Shall List Exception(s) And Rationale For The Exception(s)).
interested Vendors Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.11 Required Registration In The System For Award Management (sam) Database Prior To Award Of A Contract. Registration Is Available At Www.sam.gov.
this Procurement Is For New Items Only; No Remanufactured Or "gray Market" Items. No Remanufactures Or Gray Market Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment, Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Warranty And Service Associated With The Equipment Shall Be In Accordance With The Oem Terms And Conditions.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
all Quoters Shall Submit The Following: Rfq# 36c25025q0444 In The Subject Line And Name Of/or Description Of Item(s).
all Quotes Shall Be Sent By Email To: Benjamin.reza@va.gov
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received No Later Than April 20, 2025, At 11:59 Pm Eastern Standard Time.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
all Quotes Shall Be Sent By E-mail Only To Benjamin.reza@va.gov No Later Than April 20, 2025, By 11:59 Pm Eastern Standard Time. Telephone Inquiries Will Not Be Accepted. Questions Pertaining To This Solicitation Shall Be Sent By E-mail Only To Benjamin.reza@va.gov No Later Than April 17, 2025, 11:59 Pm Eastern Standard Time. Questions Received After The Specified Date And Time Will Not Be Considered.
point Of Contact
benjamin Reza/contract Specialist
benjamin.reza@va.gov
Closing Date21 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: The U.s. Army Corps Of Engineers, Jacksonville District, Is Issuing A Request For Proposal (rfp) To Award As A Design-bid-build, Single, Firm-fixed Price, Construction Contract On A Full And Open Basis Utilizing Far 15 Procedures And The Bifurcated Best Value Tradeoff (bvto) Approach Also Referred To As The Staggered Approach. The Bifurcated Best Value Process Means That A Portion Of Technical Proposals Will Be Due First. At That Time (stage 1), Technical Proposals Will Be Evaluated Against Factors 1 And 2 (technical Merit And Past Performance) In The Solicitation. Once The 100% Design Is Completed, An Amendment Will Be Issued For 100% Ready To Advertise Design And Offerors Will Have About 14 Days To Submit Their Proposals (stage 2) For Factors 3 And 4, Small Business Participation Plan And Price. The Broward County Water Preserve Area (bcwpa), Contract 2 Project Consists Of A Portion Of The Overall C-11 Impoundment Project. Contract 2 Consists Of Construction Of Dam And Levee Embankment, A Mitigation Area, Water Control Structures, Environmentally Sensitive Area (esa) Systems, Lake Backfill, Drainage Conveyance, Ancillary Features, And Associated Clearing, Grubbing, Planting, Borrow, And Material Processing. Contract 2 Is The Second Of Three Construction Phases (combined With An Initial Land Clearing Contract 2.1 And Future Contract 3) To Complete The Overall C-11 Impoundment Component Of The Bcwpa Project. The Overall Completed C-11 Impoundment Will Be An Above-ground Earthen Reservoir Targeted To Have A Total Storage Of 4,600 Acre-feet With An Effective Interior Area Of Approximately 1,053 Acres And A Normal Pool Water Storage Depth Of Approximately 4.7 Ft. The Contract 2 Dam Embankment (d-511) Will Have An Approximate Height Of 15ft (crest Elevation Of 18.8 Ft Navd88). The Contract 2 Portion Of D-511 Embankment Will Include Roughly 4,800 Ft Of Slurry Wall Along The Southern Alignments Between Stations 111+00 To 146+00 (east) And Stations 204+00 To 218+00 (west). The Slurry Wall Will Be 41 Ft Tall (el 6.0 Ft Navd88 To El -35.0 Ft Navd) With A Typical Width Of 2.5 Ft. The Proposed Mitigation Area A, Is Located North Of The Impoundment. It Will 113 Acres Of Wetland Marsh. Water Levels Within The Mitigation Area Will Fluctuate Approximately 1.0 Ft Above Average Ground Elevation (5.3 Ft Navd88). The Levees Surrounding The Mitigation Area Will Have An Approximate Height Of 3 Ft (crest Elevation Of 7.3 Ft Navd88).contract 2 Includes 12 Total Water Control Structures:- Gated Culverts S-506a, S-508b, S-508d, And S-511- Ungated Culverts S-500a, S-505e, S-506b, S-508a, And S-509-fixed, Broad-crested Weirs S-505b, S-505c, And S-505f. There Are Two Environmentally Sensitive Areas (esas) Which Are To Be Protected During Construction And Ultimately Excluded From The Project By Means Of Embankment Alignment. The Esas Will Be Protected From Disturbance During Construction And Will Be Avoided By Completed Project Features. Contact 2 Includes A Requirement To Backfill The Existing Central Lake And An Existing Borrow Area. These Features Are Existing Quarry Pits Estimated To Be Up To 55 Feet Deep And Filled With Water. Backfill Of The Central Lake And Borrow Area Will Primarily Consist Of Onsite Muck Material. However, The Contractor Will Be Provided Approximately 10,800 Cubic Yards Of Stockpiled Limerock Aggregate, Located Adjacent To Sw 26th Street And The Proposed Construction Staging Area, Which Is Approved To Be Placed In Central Lake. Contract 2 Will Require Continuous Stormwater Management And Conveyance Of An Approximate Two Square-mile Drainage Area North Of The Project Site, Which Flows Southward Through The Project Site, Plus Any Stormwater Generated Within The Contract 2 Limits For The Duration Of The Contract. Since Stormwater Flows Will Ultimately Need To Pass South Through The Future Contract 3 Project Limits For Discharge Into The C-11 Canal, Stormwater Management Will Include The Following Control Requirements:- Stormwater System Will Convey A 100-year Storm To The Existing A/5 Canal Outfall At The C-11 Canal.- Contractor Will Construct A Temporary Shallow Drainage Diversion Ditch From The Eastern C-511 Canal To The Existing A/5 Canal. The Diversion Ditch Will Be Located Along The Boundary Between The Contract 2 And Contract 3, In A Zone Of Temporary Construction Limit For Future Resumption By Others.- Contractor Must Not Construct S-505f Broad-crested Weir Until The Eastern Section Of C-511 And The Temporary Diversion Ditch To The Existing A/5 Canal Are Complete. Other Project Features And Activities Include Clearing, Grubbing, Planting, Borrow, Material Processing, Boat Ramps, Soil Cement Embankment Armoring, Emergency Stockpiles, Instrumentation And Monitoring Stations, Wetland Preservation/protection, Erosion Control, And Debris Disposal. A Pre-proposal Conference/site Visit Will Take Place, And Details Have Been Posted In Volume 1 Of The Solicitation. Interested Contractors Are Highly Encouraged To Attend And Must Follow Conference Registration And Access Requirements Shown In The Solicitation. Naics Code Is: 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard Is $45 Million. Dfars 236.204 - Disclosure Of The Magnitude Of Construction: Over $500,000,000.00 The Anticipated Period Of Performance Associated With This Requirement Is: 1,947 Calendar Days After Receipt Of The Notice To Proceed (ntp). The Contractor Shall Commence Work Within 90 Calendar Days After Receipt Of The Ntp.this Is An Unrestricted Requirement. All Responsible Offerers Are Encouraged To Participate. The Solicitation Has Been Issued In Electronic Format Only And Has Been Posted On The Sam.gov Website At Https://sam.gov/ Via Piee. In Order To Receive Notification Of Any Amendments To This Solicitation, Interested Vendors Must Register As An Interested Vendor On The Sam.gov Website At Https://sam.gov/. If You Are Not Registered, The Government Is Not Responsible With Providing You With Notification Of Any Amendments To This Solicitation. You Must Be Registered In The System For Award Management (sam) In Order To Be Eligible To Receive An Award From This Solicitation. For Additional Information, Please Call 866-606-8220 Or Visit The Sam Website At Https://www.sam.gov/. All Inquiries Must Be In Writing Via Projnet. Instructions On How To Access Projnet Will Be Included In The Solicitation. All Answers Will Be Provided In Writing Via Projnet. The Only Authorized Transmission Method For A Proposal In Response To This Solicitation Is Electronically Via The Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Methods (email, Facsimile, Regular Mail, Hand Carried, Etc.) Will Be Accepted. The Offers Must Be Received By The Government By The Date/time Specified In The Solicitation. Offerors Shall Submit Their Proposal Via The Piee Website Solicitation Module Using The Following Link: Https://piee.eb.mil/. Instructions On How To Submit A Proposal Can Be Found Using The Following Link: Https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf.
Closing Date7 May 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Paints and Enamels
Philippines
Details: Description Request For Quotation Supply And Delivery Of Paint Supplies And Materials The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems – Dam And Reservoir Division (nia-upriis-drd), Hereinafter Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Submit Its Best Price Offer For The Item/s Described Herein, Subject To The Technical Specifications, Terms And Conditions, Through Negotiated Procurement – Small Value Procurement (svp) (sec. 53.9, Irr Of R.a. No. 9184) With An Approved Budget For The Contract (abc) Of Eight Hundred Ninety Seven Thousand Three Hundred Twenty Pesos Only (php897,320.00), To Wit: Item/lot No. Quantity Unit Item Description Purpose: For Second Quarter Maintenance Activities At Casecnan And Taan Dam Facilities. 1 5 Gallons Rust Converter 2 20 Pcs Masking Tape 3 100 Pcs Trash Bag Large 4 15 Pcs Paint Brush 4"-1 5 15 Pcs Paint Brush 4"-2 6 15 Pcs Paint Brush 2" 7 5 Pcs Paint Roller Brush 225 Mm (9")-1 8 5 Pcs Paint Roller Brush 225 Mm (9")-2 9 3 Pcs Paint Roller Refill (9") 10 3 Pcs Paint Roller Handle (9") 11 5 Pcs 6l Heavy Duty Pail 12 3 Pcs Dipper 13 8 Pcs Spatula Metal Paint Scraper 1" With Rubber Handle 14 8 Pcs Spatula Metal Paint Scraper 2" With Rubber Handle 15 8 Pcs Spatula Metal Paint Scraper 4" With Rubber Handle 16 20 Pcs Cup Brush 17 168 Gallons Metal Epoxy Primer Water-based Gray B-2230 With B-2202 Curing Agent 18 105 Gallons Acqua Epoxy Acrylic Water-based Topcoat Paint B-2970 Safety Orange For Metal With B-2910 Curing Agent ***nothing Follows*** Terms And Conditions 1. Procurement Procedures Will Be Conducted In Accordance With The 2016 Revised Implementing Rules And Regulations (irr) Of R.a. No. 9184. 2. The Prospective Supplier Shall Submit The Duly Accomplished Quotation Form (attachment A). Envelop Marked “paint Supplies And Materials. With Pr# 25-05-041drd And Rfq No.md-25-05-072” And Must Be Submitted/delivered Not Later Than _______________________, At The Nia-upriis-drd, Brgy. Fatima, Pantabangan, Nueva Ecija. 4. The Details On The Item Description Are The Purchaser’s Minimum Technical Specifications And Must Be Complied On A Pass/fail Basis. Failure To Meet Any Of The Required Specifications Shall Be Rejected. 5. The Bidder/supplier May Offer Higher Specifications Or Additional Items For Free. 6. Quotations Exceeding The Abc Shall Be Rejected. 7. It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item Separately And Award Will Be Made To The Quotation Resulting In The Overall Lowest Calculated Cost Subject To Post-qualification. 8. Contract Award Will Be Made To The Lowest Calculated And Responsive Quotation. 9. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Considering The Cost Of Money, To Account For Government Agencies Usually Buying On Credit Terms, And Incidental Expenses Like Freight, Insurance, Taxes, Installation Costs, And Training Cost, If Necessary. 10. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. 11. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of Purchase Order. 12. The Delivery Of The Item Shall Be Made Only During Working Days And Hours. 13. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay Shall Be Imposed. 14. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of Contract, The Purchaser/procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 15. The “purchaser” Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. The “purchaser” Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The “purchaser” Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Orlando M. Villanueva Chairperson, Bac For Goods And Services Mrd _______ Attachment A Quotation Form The Chairperson Bids And Awards Committee For Goods & Services National Irrigation Administration – Upriis-drd Fatima, Pantabangan, Nueva Ecija Sir: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, Terms And Conditions, We, The Undersigned Offer To Supply/deliver The Following Items/services With Our Best Price Offer, To Wit: Item/lot No. Item Description Quantity Unit Unit Price Total Price 1 Rust Converter 5 Gallons 2 Masking Tape 20 Pcs 3 Trash Bag Large 100 Pcs 4 Paint Brush 4"-1 15 Pcs 5 Paint Brush 4"-2 15 Pcs 6 Paint Brush 2" 15 Pcs 7 Paint Roller Brush 225 Mm (9")-1 5 Pcs 8 Paint Roller Brush 225 Mm (9")-2 5 Pcs 9 Paint Roller Refill (9") 3 Pcs 10 Paint Roller Handle (9") 3 Pcs 11 6l Heavy Duty Pail 5 Pcs 12 Dipper 3 Pcs 13 Spatula Metal Paint Scraper 1" With Rubber Handle 8 Pcs 14 Spatula Metal Paint Scraper 2" With Rubber Handle 8 Pcs 15 Spatula Metal Paint Scraper 4" With Rubber Handle 8 Pcs 16 Cup Brush 20 Pcs 17 Metal Epoxy Primer Water-based Gray B-2230 With B-2202 Curing Agent 168 Gallons 18 Acqua Epoxy Acrylic Water-based Topcoat Paint B-2970 Safety Orange For Metal With B-2910 Curing Agent 105 Gallons ***nothing Follows*** Amount In Words: Grand Total Note: All Items Shall Be Covered By Not Less Than Six (6) Months Warranty On Parts And Labor) We Undertake, If Our Quotation Is Accepted, We Supply And Deliver The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Will Be Made To The Winning Supplier And The Lowest Calculated And Responsive Quotation After The Inspection And Acceptance Of The Delivered Goods/item. ____________________________ Signature Over Printed Name Of The Supplier’s Authorize Representative Designation: ___________________________ Name Of Company/store/shop: ______________________________________ Address: _______________________________________________ Contact No.: ___________________________ Tin: _________________________________ Philgeps Registration: ________________________ Mayor’s/business Permit: ______________________
Closing Date23 May 2025
Tender AmountPHP 897.3 K (USD 16 K)
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: W912ef - This Is A Sources Sought Notice And Should Not Be Construed As A Solicitation Announcement. The Submission Of This Information Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government To Procure Any Supplies Or To Award A Contract On The Basis Of This Request For Information.
the Us Army Corps Of Engineers (usace), Walla Walla District Is Seeking Sources For A Supply Project: Lma Jff Replacement Hvac System. This Project Involves The Purchase, Installation, And Commissioning Of Two New Electric Hvac Systems Along With Removal And Disposal Of The Existing Hvac Systems For The First Floor And Second Floor Of The Juvenile Fish Facility At Lower Monumental Lock & Dam. The Determination Of The Acquisition Strategy For This Procurement Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Firms, Large Or Small Businesses, Including Small-disadvantaged Businesses, Hubzone Small Businesses, Woman-owned Small Businesses, Or Service-disabled Veteran-owned Small Businesses Interested In And Technically Capable Of Performing The Scope-of-work In The Specified Location. If You Are Capable And Interested In This Work, Please Respond Accordingly.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. The Naics Code For This Acquisition Is 333415 Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. The Small Business Size Standard For This Naics Is 1,250 Employees. No Solicitation Is Currently Available.
background And Purpose:
for The Purposes Of Market Research, The U.s Army Corps Of Engineers, Walla Walla District Requests Letters Of Interest From Qualified Supply/manufacturing Contractors Capable Of Supplying The Two New Hvac Systems For The Following Project:
lower Monumental Dam, Kahlotus, Wa.
project Description:
provide Two New Hvac Systems Which Shall Be Electric Split-type Systems And Shall Include Outdoor Heat Pump Units, Indoor Ceiling-mounted Air Handler Units With Auxiliary Electric Heat, New Thermostats, And All Auxiliary Piping, Refrigerant, Wiring, Adapters, And Other Components Needed To Make The New Systems Function Properly As A Direct Replacement Of The Existing Systems. The New Systems Shall Be Brand New And Shall Be The Latest Version Of Its Kind Offered By The Manufacturer. All New Equipment Supplied Such As Outdoor Heat Pump Units, Air Handler Units, Electric Heating Coils, And Thermostats Shall Be Manufactured By The Same Company As Much As Possible. The New Systems Shall Conform To The Following Salient Characteristics. Consideration Will Be Given To Alternate Designs, That Meet Design Intent With Variations To Specifications, With Justification For Any Variations. Any Considerations And Allowable Specification Variations Shall Be At The Discretion Of The Government.
3.1 First Floor Hvac System Requirements
type: Electric Split-type Heat Pump System
electric:
condenser: 208v, 3-phase, 60hz, 30a Breaker
air Handler: 208v, 3-phase, 60hz, 50a Breaker
seer: 14
size: 4 Ton
refrigerant: R454b Freon
cooling Performance:
47,000 Btu/hr Total Capacity
33,500 Btu/hr Sensible Capacity
entering Db/wb Temp: 80f/67f @ 95f Ambient Air Temp
heat Pump Performance:
high: 46,000 Btu/hr;
low: 29,000 Btu/hr @ Design
heat Rise: 19.9f @ Design
electric Auxiliary Heat Coil: 11.3 Kw
ventilation:
main Supply Fan: 1 Hp, Ecm Multi-speed Constant Torque
1300 – 1500 Cfm
0.5 – 0.6 In Wc Air Resistance
orientation: Horizontal
heavy Gauge Galvanized Steel Cabinet
dimensions:
condenser:
match As Closely As Possible To Existing Unit.
not To Exceed 35 In X 35 In X 40 In
air Handler:
match As Closely As Possible To Existing Unit
not To Exceed 55 In X 22 In X 22 In
other Accessories/features:
high Capacity Drier Factory-installed In Liquid Line
crankcase Heater
check And Expansion Valve Factory Installed
3.2 Second Floor Hvac System Requirements
type: Electric Split-type Heat Pump System
electric:
condenser: 208v, 3-phase, 60hz, 20a Breaker
air Handler: 230v, 1-phase, 60hz, 60a Breaker
seer: 15
size: 3 Ton
refrigerant: R454b Freon
cooling Performance:
34,000 Btu/hr Total Capacity
25,800 Btu/hr Sensible Capacity
entering Db/wb Temp: 80f/67f @ 95f Ambient Air Temp
heat Pump Performance:
high: 30,800 Btu/hr;
low: 19,600 Btu/hr @ Design
heat Rise: 17.3f @ Design
electric Auxiliary Heat Coil: 10 Kw
ventilation:
main Supply Fan: 0.50 Hp, Ecm Variable Speed Constant Volume
1000 – 1200 Cfm
0.5 – 0.6 In Wc Air Resistance
orientation: Horizontal
heavy Gauge Galvanized Steel Cabinet
dimensions:
condenser:
match As Closely As Possible To Existing Unit.
not To Exceed 35 In X 35 In X 40 In
air Handler:
match As Closely As Possible To Existing Unit
not To Exceed 55 In X 22 In X 22 In
other Accessories/features:
high Capacity Drier Factory-installed In Liquid Line
crankcase Heater
check And Expansion Valve Factory Installed
variable Speed Direct Driver Blower Motor
interested Firms Should Submit A Capabilities Package, To Include The Following:
1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address.
2. Cage Code And Uei.
3. Firm's Interest In Participating In The Solicitation, If Issued.
4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb),woman Owned Small Business (wosb), Service-disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a), Or Other Than Small Business (large Business).
5. Firm's Joint Venture Information (if Applicable).
6.interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Capability To Meet All Requirements Stated Above. At Least One (1) Project/capability Statement Should Be Provided To Demonstrate Competency And Experience In The Required Area Of Supply. Narratives Shall Be No Longer Than Ten Pages.
submit The Above Information To Chandra Crow, Contract Specialist, Via Email To Chandra.d.crow@usace.army.mil. Your Response To The Notice Must Be Received On Or Before 10:00 Am, Pacific Daylight Time On Friday 08 May 2025.
Closing Date8 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Description: Sources Sought Synopsis
for
elk City Gate Repair
elk River, Elk City,
montgomery County, Kansas
this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded
from This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Be Notified Of The Results Of The Evaluation Upon Request.
the U.s. Army Corps Of Engineers – Tulsa Has Been Tasked To Solicit For And Award A Contract For The Elk City Gate Repair, At The Elk River, Elk City, Kansas. The Proposed Design-bid-build Project Will Be Procured As A Competitive, Firm-fixed Price Contract In Accordance With Far 15, Negotiated Procurement, Using The Lowest Price Technically Acceptable Approach, Tradeoffs Will Not Be Permitted. The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis.
the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Businesses, Section 8(a), Hubzone, Sdvosb, And Wosb Businesses Are Highly Encouraged To Participate.
the Work Includes, But Is Not Limited To, The Following:
base: Service Gate 2, Fabricate And Deliver Four Roller Chain Backing Plate Assemblies For Gate 2. This Will Include The Backing Plate, Two Side Guide Bars, And The Screws. Fabricate And Deliver Two Roller Chain Housing Assemblies For Gate 2. This Will Include The Upper, Lower, And Vertical Housing Sections And The Bolts, Nuts, And Washers Used For Installation. Fabrication Will Require Either Field Verification Of All Bolt And Screw Locations Or The Ability To Tap Them In The Field During Installation.
removal And Disposal Of The Existing Roller Chain Housing Assemblies. This Will Require The Use Of Scaffolding And Fall Protection For The Material Removed And The Personnel Working. Removal And Disposal Of The Roller Chain Backing Assemblies. This Will Require Safely Removing And Storing The Roller Chain And Grinding The Existing Tack Welds And Screws Currently In Place.
installation And Operability Testing Of The Roller Chain Backing Plate Assemblies. This Will Include Connecting The Assemblies Via The Provided Screws Only. Installation And Operability Testing Of The
roller Chain Housing Assemblies. This Will Include Connecting The Assemblies Via The Bolts, Nut, And Washers Provided. Testing Will Include Exercising The Gates To Their Full Capabilities A Minimum Of Three Times.
option 1: Service Gate 1 Includes All Work Listed For The Base Bid Applied To Gate 1.
option 2: Emergency Gate Includes All Work Listed For The Base Bid Applied To The Emergency Gate.
the Government Will Operate The On-site Gantry Crane.
in Accordance With Far 36 And Dfars 236, The Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000.
estimated Construction Duration Of The Project Is 300 Calendar Days.
the North American Industry Classification System Code For This Procurement 237990 (
other Heavy And Civil Engineering Construction) Which Has A Small Business Size Standard Of $45m.
the Product Service Code Is: Z2ka (maintenance Of Dams)
small Businesses Are Reminded Of Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Large Businesses Must Comply With The Far 52.219-9 By Submitting A Small Business Subcontracting Plan Should This Action Be Solicited As Full And Open Competition And An Award Is Made To A Large Business Firm.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual (em 385- 1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations.
anticipated Solicitation Issuance Date Is On Or About 5 Mar 2024, And The Estimated Proposal Due Date Will Be On Or About 5 Apr 2024, The Official Synopsis Citing The Solicitation Number Will Be Issued On Http://sam.gov, Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued.
firm’s Response To This Synopsis Shall Be Limited To 5 Pages And Shall Include The Following Information:
firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address.
firm’s Interest In Bidding On The Solicitation When It Is Issued.
firm’s Capability To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (include Firm’s Capability To Execute Construction- Comparable Work Performed Within The Past 5 Years):
brief Description Of The Project, Customer Name, Timeliness Of Performance, And Dollar Value Of The Project) – Provide At Least 3 Examples.
firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb.
firm’s Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable.
firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company.
interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 2:00pm Cst, 10 Jan 2024 All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. Mail, Fax Or Email Your Response To Tyler Godwin, U.s. Army Corps Of Engineers, Tulsa District (cect-swt), 2488 East 81st Street, Tulsa, Ok 74137-4290. Email: Tyler.l.godwin@usace.army.mil. Please Also Provide A Copy Of The Response To Mr. Gene Snyman, Small Business Deputy, At Gene.snyman@usace.army.mil.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Province Of Apayao Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Provincial Government Of Apayao, Through Its Bids And Awards Committee (bac), Invites Pcab Licensed/qualified Contractor To Submit Bid For The Hereunder Contracts: Series No. Contract Id Name Of Project Location Abc Calendar Days Amount Of Bidding Documents Funding 1 25df27 Construction Of Child Development Center Karagawan, Kabugao, Apayao 5,000,000.00 213 5,000.00 20%df 2 25df28 Construction/improvement Of Purag-gabuatan Farm To Market Road Kabugao, Apayao 3,000,000.00 90 5,000.00 20%df 3 25df29 Constructio/improvement Of Quirino-capagaypayan Farm To Market Road (luyon-capagaypayan Section) Luna, Apayao 20,000,000.00 143 25,000.00 20%df 4 25df30 Construction/improvement Of Cabaguan-dagupan-salvacion Farm To Market Road Luna, Apayao 3,000,000.00 90 5,000.00 20%df 5 25df31 Completion/furnishing Of The Apayao Provincial Evacuation Center Aetsc, San Gregorio, Luna, Apayao 6,000,000.00 240 10,000.00 Gf(5%) 6 25df32 Construction/improvement Of Malabanig Farm To Market Road Kabugao, Apayao 5,000,000.00 98 5,000.00 20%df 7 25df34 Construction Of Concrete Canal-tanglagan, Calanasan (gasas Diversion Dam) Calanasan, Apayao 2,000,000.00 72 5,000.00 20%df 8 25df35 Construction/improvement Of Access Road Purok 3-military Detachment Daga, Conner,. Apayao 3,500,000.00 50 5,000.00 20%df 9 25df36 Construction/improvement Of Crispin Galleon-san Jose Farm To Market Road Luna, Apayao 3,000,000.00 72 5,000.00 20%df Prospective Bidders Should Have Undertaken A Similar Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Checks/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. The Schedule Of Bac Activities Are As Follows: Bac Activities Schedule 1. Advertisement/posting Of Invitation To Bid March 26, 2025 2. Issuance Of Bid Documents March 26- April 15, 2025 3. Pre Bid Conference At The Conference Room, Capitol Building San Isidro Sur, Luna, Apayao 9:30 Am April 2, 2025 4. Deadline Of Submission Of Bids: 9:00 Am/opening Of Bids 9:30 Am At The Conference Room, Capitol Building San Isidro Sur, Luna, Apayao April 16, 2025 A Complete Set Of Bidding Documents May Be Purchased From The Bac Secretariat By Interested Bidders Upon Payment Of A Nonrefundable Fee For The Bidding Documents To The Provincial Treasury Office Cashier Pursuant To The Latest Guidelines Issued By The Gppb. Bids In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Late Bid Shall Not Be Accepted. The Provincial Government Of Apayao Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Expenses In The Preparation Of Their Bids Nor Does It Guarantee That Award Will Be Made. For Inquiries You May Contact: Edralin Bongay Head, Bac Secretariat-infra Capitol Compound, Provincial Government Center San Isidro Sur, Luna, Apayao 0936-713-3684 Henry B. Caluducan Bac-infra. Chairperson
Closing Date16 Apr 2025
Tender AmountPHP 6 Million (USD 104.6 K)
9861-9870 of 10000 archived Tenders