Earthwork Tenders
Earthwork Tenders
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 1.9 Million (USD 33 K)
Details: Description 1. 2. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of One Million Nine Hundred Forty Thousand Nine Hundred Eighteen Pesos And 46/100 (php 1,940,918.46) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Valencia Now Invites Bids For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Invitation To Bid For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon Contract Reference No. 04-20225 01/03/2025 Item No. Qty 1.00 Unit Description Road Concreting At Barangay Bagontaas (near Hotel De Susana), Valencia City, Bukidnon With The Following Scope Of Works: Station 0+285.00 - Station 0+406.10 (121.10 L.m.) Concreting Of Road - 3m Width/lane, 0.23m Thick Pccp With Gravel Surface Shoulder - 1m B/s; Includes Removal And Relocation Of 2 Unit Electrical Pole And Installation Of 8 L.m. 910mm Rcpc Cross Drain @ Station 0+404.00. Other General Requirements Project Billboards/signboards Occupational Safety And Health Program Traffic Management Mobilization / Demobilization Removal And Relocation Of Utilities Civil Works Earthworks Clearing And Grubbing Foundation Fill Subgrade Preparation (common Material) Subbase And Base Course Aggregate Subbase Course Surface Courses Gravel Surface Course Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days Specifications Unit Total Cost Cost 1,940,918.46 1 Lot See Attached Plan And Specifications B.5 B.7(2) B.8(2) B.9 B.12 100(1) 103(3) 2.00 1.00 1.00 1.00 2.00 0.05 0.80 Each Ls Ls Ls Each Ha Cu.m. Sq.m. Cu.m. Cu.m. Sq.m. 105(1)a 1,089.90 200(1) 145.32 300(1) 55.70 311(1)c 1 726.60 500(1)b 3 8.00 L.m. 506(1) 2.87 Cu.m. Drainage And Slope Protection Structures Pipe Culverts, 910mm Dia. - Class Ivrcpc Stone Masonry X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x-x- Total Amount 1,940,918.46 Required Number Of Days For Completion Is 50 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 4, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 10, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 13, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 27, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 27, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
City Government Iligan Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 4,830,276.09being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City With Project No. Cb(b)-25-004 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City General Requirements •installation Of Project Billboard •occupational Safety And Health Program •mobilization And Demobilization •turn Over Earthworks •clearing And Grubbing •structural Excavation (common Soil) •embankment From Roadway Excavation •staking,lay-out Of Lines, Grades & Elevation Of The Pccp To Be Constructed As Per Plan And Specifications •subgrade Preparation •compaction Aggregate Basecourse •placing, Spreading And Compacting 200mm Thk Base Course Formworks •use 200mm Thk Fonnworks For The Pccp Base Course Portland Cement Concrete Pavement •provide 200mm Thk Pccp •provide 200mm Dia. Utility/service Pipe For Every 20m Distance. •provide Longitudinal And Transverse 16mm Dia Dsb •cutting Of Pccp At Every 4.5meters •pour Asphalt In Center Line And Every 4.5meters •apply Curing Compound After Pouring Reinforce Concrete Culvert Pipe •installation Of 610mm Dia Reinforce Concrete Pipe Culvert Grouted Riprap •grouted Riprap For Pipe Culvert Protection Headwall For Outlet And Catch Basin At Inlet (hillside) •provide 100mm Thk Concrete Flooring For Catch Basin I.general Requirements A.project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14" Coco Lumber, 2"x3"x10" Coco Lumber, 2"x2"x8" Coco Lumber, Assorted Sizes C.w. Nails. B.occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C.mobilization / Demobilization (q = 1.00 Lot) Ii.earthworks A.clearing And Grubbing (q = 1.00 Lot) Includes Clearing Of Obstruction B.structure Excavation (common Soil) (q = 858.69 Cu.m.) C.embankment From Road Way Excavation (q = 51.85 Cu.m.) D.subgrade Preparation (q = 1,020 Sq.m.) Iii.aggregate Base Course A.aggregate Base Course (q = 326.40 Cu.m.) Includes Aggregate Subbase Course, Hauling Cost Of Materials. Iv.form Works A.formwork (q = 1.00 Lot) Includes No. 16 G.i.tie Wire, Hauling Cost Of Materials. V.surface Course A.portland Cement Concrete Pavements (q = 204.00 Cu.m.) Includes Ready Mixed Concrete (3500 Psi, @14days), Reinforce Steel Bar 16mm Dia. Grade 40- 66pcs, Asphalt, Curing Compound, Concrete Saw Blade, 200mm Pvc Pipe, Hauling Cost Of Materials. Vi.drainage A.reinforced Concrete Culvert Pipe (q = 18.00 Ln.m) Includes 24" Dia. Reinforce Concrete Pipe Culvert (class Ii), Washed Sand, Portland Cement Typei, Hauling Cost Of Materials. A. Grouted Riprap (q = 5.00 Cu.m) Includes Boulders Class A, Washed Gravel, Washed Sand, Portland Cement Type I, Hauling Cost Of Materials. Approved Budget For The Contract (abc): P 4,830,276.09 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Three (103) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-004 (ceo-infra)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
City Government Iligan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.9 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 , Intend To Apply The Sum Of P 5,972,559.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City With Project No. Cb(b)-24-143 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City General Requirements • Permits And Clearances • Facilities For The Engineers • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Obstructions • Clearing / Removal Of Boulders • Uprooting Of Trees Structural Excavation • Excavation Works For Footings, Wall Footings, Zocalo And Tie Beams Gravel Fill • 100mm Thk. Gravel Base For Footings And 50mm Thk. Gravel Base For Wall Footings Concrete Works, Formworks And Scaffolding • Concreting Pouring Using Readymix (3000 Psi) For Footings, Wall-footings, Tie Beams And Columns • Installation Of Formworks And False Works For Columns Beams And Tie Beams • Removal Of Formworks And Falseworks Steel Reinforcements • Installation Of 20mmø Dsb For Columns (c1), Footings (f1), And Tie Beams • Installation Of 16mmø Dsb For Columns (c2) And Footings (f2) • Installation Of 10mmø Dsb For Wall Footings (long Bars And Traverse Bars) Stirrups For Tie Beams And Lateral Ties For Columns Steel Reinforcements • Piling Of 4”thk Chb At 3.70m Height W/ 10mmø Dsb For Vertical And Horizontal Bars Spcd At 0.60m O.c Bothways I. Permit & Clearances (q=1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans, Cutting Of Trees. Ii. Construction Safety And Health Program (q=1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’ X 8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w Nails. Iv. Mobilization & Demobilization (q=1.00 Lot) V. Facilities For The Engineers (q=1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project-in-charge, Technical Personnel To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor: Field Office For The Field Engineer (standard Engineer Field Camp, Office Table And Chair); Laptop Computer For Field Engineer: Processor: 165hz 13th Gen Intel Core I9; Memory: 13900hx/16gb, 2 X 8 Gb, Ddr5; Storage: 4800 Mhz/ 1tb,m.2, Pcle Nvme; Graphics: Nvidia Geforce Rtx 4060, 8gb; Screen: 15.6” Fhd Ips 165hz Vi. Removal Of Structures And Grubbing (q=1.00 Lot) Includes Uprooting, Removal Of Boulders. Vii. Earthworks (q=535.00 Cu.m) Includes Volume To Be Excavated, V=286.00 Cu.m.; Volume To Be Backfilled, V=165.75 Cu.m.; Gravel Bedding, 1-1/2”ø, V=62.11cu.m. Viii. Steel Reinforcements (q=21,326.80kg/s) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6 Dsb, #16 G.i Tie Wire. Ix. Concrete Works, Formworks And Scaffoldings (q=133.10cu.m.) Includes Ready Mix Concrete – (3000 Psi @ 14 Days), 4’x8’x1/4” Thk. Marine Plywood, Coco Lumber (2” X 2” X 10’) – 833 Pcs, Assorted Sized C.w Nails. X. Masonry Works (q=281.64 Sqm.) Includes 4” X 8” X 16” Chb, A = 281.64 Sqm.; Portland Cement; Washed Sand Approved Budget For The Contract (abc): P 5,972,559.62 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ninety-four (194) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: November 26, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-143 (ceo-infra)
Department Of Agriculture Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Invitation To Bid For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 With Project Identification Number Da Rfo-1-2025-infra-001-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Details And Specifications Project Site/location: Brgy. Calunetan, Sison, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Lot Iii. Safety And Health 1.00 Lot Iv. Earthworks 37.00 Cu.m. V. Rsb Works 1,163.00 Kgs. Vi. Form Works And Scaffoldings 600.00 Bd.ft. Vii. Concrete Works (class A) 30.00 Cu.m. Viii. Masonry Works (including Plastering) 28.00 Sq.m. Ix. Steel Works 1.00 Lot X. Tinsmithry Works 186.00 Sq.m. Xi. Painting Works 1.00 Lot Xii. Electrical Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) Calendar 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 13, 2024 To January 7, 2025 From The Address Given And Websites 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 Php1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 20 December 2024, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 07 January 2025, 2:00 Pm. 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 14. 9. Bid Opening Shall Be On 07 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: E.1. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or E.2. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ December 12, 2024 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-001-r
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 28.9 Million (USD 498.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00107 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱28,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00107: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan Contract Id No. : 24b00107 Location : Alcala, Cagayan Brief Project Description : Installation Of 4 Pcs. Steel Girder @ 56.25 Meter- Length Per Girder Driving Of Structural Steel Sheet Piles @ Abutment A Slope Protection Completion Of Abutment A Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Environmental Management And Monitoring Earthworks • Embankment From Borrow (granular Coarse Material) Road/ Bridge Construction • Structural Steel Sheet Piles, (furnished & Driven) • Structural Steel, (erected, Furnished, And Fabricated) Grade 50 • Structural Steel Painting Works • Bolts With Nuts And Washers • Reinforcing Steel Grade (40 & 60) (bridge) • Structural Concrete 27.58 Mpa Class A 28 Days • Elastomeric Bridge Bearing (movable) Approved Budget For The Contract (abc) : ₱28,950,000.00 Contract Duration : 227 Calendar Days Inclusive Of 15 Unworkable/rainy Days, 44 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bridges: Construction - Steel (superstructure) - Without Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 - January 08, 2025, From The Address Given 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 (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On December 19, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 08, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 29.3 Million (USD 500.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00060 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 1. The Dpwh Regional Office Ii, Through The Dpwh Fy 2025 Nep (epa - Early Procurement Activity) Intends To Apply The Sum Of ₱29,348,545.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00060: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R. A. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Along Maharlika Highway (cagayan Valley Road) - K0539+795 - K0541+000 Contract Id No. : 25b00060 Location : Gattaran, Cagayan Brief Project Description : Asphalt Overlay, Length = 1.2077 Km, 2.4154 Lane-km (as Per Survey), With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction 0.10 M Thick – Acp Surface Courses • Asphalt Overlay Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Reflectorized Thermoplastic Rumble Strips Approved Budget For The Contract (abc) : ₱29,348,545.00 Contract Duration : 116 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
741-750 of 773 archived Tenders