Electrical Engineering Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date16 Jun 2025
Tender AmountRefer Documents
Details: Sources Sought Notice page 3 Of 14
sources Sought Notice
*= Required Field
sources Sought Notice page 1 Of 14
description
page 1 Of 6 page 3 Of 6 page 1 Of 6 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation. rfi # 36c26225q0774
responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Purposes Only, To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Businesses Interested And Capable Of Providing The Following Services:
the Va Greater Los Angeles Healthcare System (vaglahcs) Is Requesting Assistance In Developing The Policy And Procedures Necessary To Manage Execution Of Multiple, Complex Capital Projects In Support Of One Of Va S Largest, Most Complex, Integrated Healthcare System. the Naics/psc For This Requirement Is: naics Code: 531390- Other Activities To Real Estate psc: R408- Support- Professional: Program Management / Support
general Size Standard: $20.0m Interested And Capable Contractors Should Respond To This Notice Not Later Than Monday, June 16th, 2025 @ 4:00 Pm Pdt By Providing The Following Via Email Only To Jose Diaz, Contract Specialist, At Jose.diaz6@va.gov. (a) Company Name (b) Address (c) Business Size (e.g. Large, Small, Other Than Small, Veteran Owned, Sdvosb) (d) Phone And Email Of Primary Point Of Contact
(e) Sam Unique Entity Identifier (uei) Number (f) A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor Specifically For The Work Described In The Draft Statements Of Work (sow) Below. Respondents Are Also Encouraged To Provide Specific Examples (e.g. Contract Number, Point Of Contact Information, Price) Of The Contractor S Experience Providing The Same Or Similar Services Described In Paragraph 4 Below.
(g) The Capability Statement Shall Address Where The Interested Respondent(s) Have Provided These Services In The Past. (h) The Capability Statement Shall Address The Scope Of The Service(s) Provided That Is Same Of Similar To The Services Required For This Requirement As Stated In Draft Sow. (i) Interested Vendors Shall Also Provide The Following Along With Their Capability Statement Should It Apply. Provide Any Clarification Questions, Or Concerns.
the Contractor Shall Provide The Services Stated Herein The Sow Below. the Intended Contract Period Of Performance Will Be For A Five (5) Year Period With An Estimated Performance State Date Of 10/01/2025- 9/30/2030. all Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications. --end Of Sources Sought Announcement-- please See Draft Sow Below And Provide An Updated Capability Statement If Interested, Addressing All Aspects Of This Notice As Stated In #2, A Through H Above. draft Statement Of Work (sow) Strategic, Facility, And Master Planning
healthcare Planning Services Contract va Greater Los Angeles Healthcare System (vaglahcs) Strategic, Facility And Master Planning (sfmp) Service S Program And Project Management And Integration Efforts By Providing The Following Services: 2.1.1. Strategic Healthcare Planning 2.1.2. Project And Construction Management And Integration 2.1.3. Planning Management And Integration 2.1.4. Activations Management, Including Initial Outfitting, Transition, And Activation (iota) 2.1.5. Performance Management 2.1.6. Environmental And Historic Preservation Compliance 2.1.7. Communications And Stakeholder Relations 2.1.8. Property And Real Estate Management. 2.2. The Contractor Shall Assist In Developing The Policy And Procedures Necessary To Manage Execution Of Multiple, Complex Capital Projects In Support Of One Of Va S Largest, Most Complex, Integrated Healthcare Systems, Including: 2.2.1. Implementation Of The West L.a. Draft Master Plan 2.2.2. System-wide Strategic And Facility Planning 2.2.3. Standard Project Management Processes Which Allow Greater Synergy And Efficiency Across Project Teams (templates, Review Process, Change Management, Risk Management, Etc.) 2.2.4. Operationalizing Consolidated Program-level Committees 2.2.5. Supporting Communications And Stakeholder Relations; And 2.2.6. Developing A Framework For And Support Of Performance Management, Including Budgetary Oversight, Process Improvement, And Lessons Learned. 2.3. The Contractor Shall Perform The Necessary Due Diligence To Become Familiar With The Current Layout, Configuration, Programs, Operations, And Services Provided By Vaglahcs. 2.4. The Contractor S Team Shall Possess Significant Levels Of Expertise, Proficiency, Personnel, Resources, Knowledge And Experience In The Following Areas: 2.4.1. Large-scale Master Planning 2.4.2. Strategic Healthcare Planning 2.4.3. Experience With Mental Health And Addiction Services 2.4.4. Services To Those Experiencing Homelessness 2.4.5. The Pertinent Laws, Regulations, Programs, Mission, Operations And Services Va Provides Including Those Programs Having A Housing Or Healthcare-related Components 2.4.6. Applicable Federal, State, And Local Environmental And Historic Preservation Laws And Regulations 2.4.7. Police And Law Enforcement Issues And Strategies, Traffic Planning And Impact Mitigation Measures, Utility, And Landscaping Issues Necessary To Successfully Perform The Work Required Under This Contract. 2.4.8. Manage Life Cycle Management Of Capital Assets And Facilities/workspace. Utilize An Integrated Web-based Commercial-of-the-shelf (cots) Enterprise Software Platform That Tightly Couples Drawings And Databases To Support Mission Critical Utilization, Operation, Maintenance And Management Of Facilities And Assets. 2.4.8.1. As-builts Repository Of As-built Drawings; Provide Drawing Mark-ups And Manage Revision Control. 2.4.8.2. Space Manage And Report On Detailed Allocation And Use Of Space Among Organizational Entities. 24.8.3. Cai (capital Assets Management) Automates The Process Of Generating Capital Assets Inventory Reports And Maintains The Data. 2.4.9 Space Management Committee. Provide Guidance And Advice In The Management Of The Capital Asset And Provide Leadership With Solutions In Managing Facility Spaces. key Documents. The Contractor Shall Be Thoroughly Familiar With The Following Va Key Documents Pertaining To Programs And Concepts Relating To Veterans And Veteran Homelessness:
3.1. John S. Mccain Iii, Daniel K. Akaka, And Samuel R. Johnson Va Maintaining Internal Systems And Strengthening Integrated Outside Network Act Of 2018 (va Mission Act; P.l. 115-182). Available At: Https://www.congress.gov/bill/115th-congress/senate-bill/2372. 3.2. The Principles For A Partnership And Framework For Settlement By And Between The United States Department Of Veterans Affairs And Representatives Of The Plaintiffs Valentini V. Mcdonald, Dated January 28, 2015, And Available At Http://www.westladraftmasterplan.org/documentation/extra-info. 3.3. Va S Draft Master Plan, Publicly Released On January 28, 2016, Available At: Http://www.westladraftmasterplan.org/documentation/draft-master-plan. 3.4. The March 5, 1888, Deed, Whereby The United States Received Title To The Property Now Compromising The Campus At Http://www.westladraftmasterplan.org/documentation/extra-info. 3.5. Wla Nepa And Nhpa Compliance Documentation Can Be Found At Http://www.westladraftmasterplan.org/documentation/nepa-and-nhpa And Includes The Following: 3.5.1. West La Draft Master Plan Final Programmatic Environmental Impact Statement (peis) And National Historic Preservation Act Section 106 Consultation And Technical Supporting Documentation (june 2019); 3.5.2. Final Ea For Buildings 205/208/207 (april 2019); 3.5.3. Final Ea For Building 209 (may 2012); 3.5.4. National Register Of Historic Places Nomination For The Wla Va Historic District; 3.5.5. Executed Programmatic Agreement For Master Plan (2019); And 3.5.6. La Metro Purple Line Notice Of Intent To Adopt The Final Environmental Impact Statement/final Environmental Impact Report, Supplemental Environmental Impact Statement, And Section 130(c) Technical Memorandum For The Westside Purple Line Extension Project (june 2019). 3.6. West Los Angeles Leasing Act Of 2016 (p.l. 114-226, 130 Stat. 926 (2016)), Available At Http://www.westladraftmasterplan.org/documentation/extra-info. 3.7. U.s. Department Of Veterans Affairs Office Of Inspector General Report: Va S Management Of Land Use Under The West Los Angeles Leasing Act Of 2016 (september 2018), Noting Management Comments At Appendix E. Https://www.va.gov/oig/pubs/vaoig-18-00474-300.pdf 3.8. West Los Angeles Congressionally Mandated Reports For 2017 And 2018, Available At: Https://www.oprm.va.gov/docs/foia/third-party-land-uses/westlacongressionallymandatedreportandletters2017.pdf And Https://www.oprm.va.gov/docs/foia/third-party-land-uses/westlacongressionallymandatedreportandletters2018.pdf. 3.9. Charter Of The Veterans And Community Oversight And Engagement Board, Available At Https://www.va.gov/advisory/docs/charter-vcoebsep2017amend.pdf. 3.10. Va Request For Qualifications, Vaglahcs, West Los Angeles Campus, Principal Developer And Building 207 Solicitation, Enhanced-use Lease Development Projects, At Https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=2615df7c8f9647db4b94d27ecb4fd438. 3.11. La Metro Purple Line Extension Section 3 Overview, Available At: Https://www.metro.net/projects/purple-section3/. 3.12. City Of Los Angeles Housing And Community Investment Department Supportive Housing (prop Hhh): Https://hcidla.lacity.org/prop-hhh. 3.13. County Of Los Angeles Homeless Initiative (prop H): Http://homeless.lacounty.gov/. 4. Key Programs, Authorities And Concepts. The Contractor Shall Be Exceptionally Familiar With The Following Key Programs, Authorities, And Concepts: 4.1. Permanent Supportive Housing: Is Attractive, Safe, And Affordable Housing That Provides Tenants With The Rights Of Tenancy And Links To Voluntary And Flexible Support And Services For People With Disabilities Who Are Experiencing Or Have Experienced Homelessness. Permanent Supportive Housing Is A Proven, Effective Means Of Reintegrating Chronically Homeless And Other Highly Vulnerable Homeless Families And Individuals With Psychiatric Disabilities Or Chronic Health Challenges Into The Community By Addressing Their Basic Needs For Housing And Providing Ongoing Support In That Housing. 4.2. Housing First: Is A Supportive Housing Model That Prioritizes Permanent Supportive Housing As The Primary Service To The Homelessness. The Approach Provides Individuals Who Are Experiencing Homelessness Particularly Those Who Have Been Homeless For Prolonged Periods And Have Disabling Conditions, Such As Schizophrenia, Bipolar Disorder, Recurrent Major Depression, Post-traumatic Stress Disorder (ptsd), And Addictive Disorders With Permanent Housing As Quickly As Possible And Provide Them With Supportive Services As Needed. The Housing First Approach Provides Housing Without Prerequisites For Abstinence, Psychiatric Stability, Or Completion Of Treatment Programs. 4.3. Enhanced-use Lease Authority: 38 U.s.c. §⧠8161-8169 Authorizes Va To Lease Va Property To A Selected Developer/lessee For Up To Seventy-five (75) Years To Develop And Operate A Supportive Housing Facility As Defined In 38 U.s.c. §3161(3). 4.4. Housing And Urban Development (hud) Va Supported Housing Program (vash): Hud-vash Is A Joint Program Between Hud And Va As Described At 38 U.s.c. §2003(b) And 42 U.s.c. §1427f(o). The Hud-vash Program Combines Housing Choice Voucher (hcv) Rental Assistance For Homeless Veterans With Case Management And Clinical Services Provided By Va. 4.5. Domiciliary Care For Homeless Veterans (dchv) Program: Va Has Authority To Provide Domiciliary Care Under 38 U.s.c. §1710(b) And 38 C.f.r. §â§17.30(b), 17.43, 17.46(b), And 17.47(b)(2). Domiciliaries Provide Shelter, Food, And Necessary Medical Care On An Ambulatory Self-care Basis To Restore Patients To Their Highest Level Of Functioning. Veterans Served Under This Program Are Not In Need Of Hospitalization Or Nursing Care Services. Additionally, 38 U.s.c. §2043 Provides Va With Specific Authority For The Dchv Program. Dchv Provides Time-limited Residential Treatment To Homeless Veterans With Significant Health Care And Social-vocational Deficits. 4.6. Compensated Work Therapy (cwt) And Compensated Work Therapy/transitional Residence (cwt/tr): Cwt/tr Programs Are Designed For Veterans Whose Rehabilitation Focus Is Transitioning To Successful Independent Community Living. Please See 38 U.s.c. §â§2031(a)(3), 2032, And 2042. Disadvantaged, At-risk, And Homeless Veterans Live In Cwt/tr Community-based Supervised Group Homes While Working For Pay In Va S Cwt/tr Program. 4.7. Homeless Grant & Per Diem Program (a/k/a Transitional Housing): Va Uses This Program To Assist Public Or Non-profit Private Organizations In Establishing And Operating Transitional Program For Homes Veterans By Awarding Capital Grans And Operational Funding (per Diem) To Such Organizations. (38 U.s.c. §â§2011, 2012, 2061 And C.f.r. Part 61). Under The Capital Grant Component, Va May Fund Up To Sixty-five Percent Of The Construction, Acquisition, Or Renovation Of Facilities Or Purchase Vans To Provide Outreach And Services To Homeless Veterans. 4.8. Health Care For Homeless Veterans (hchv): Hchv Performs Outreach Through The Utilization Of Va Social Workers And Other Mental Health Clinicians To Identify Homeless Veterans With Serious Mental Illnesses And Assist Them In Accessing Appropriate Healthcare And Benefits. Please See 38 U.s.c. §2031(a)(1)-(2). In Addition To Its Initial Core Mission, Hchv Also Functions As A Mechanism To Contract With Providers For Community-based Residential Treatment For Homeless Veterans. 4.9. Supportive Services For Veteran Families Program (ssvf): 38 U.s.c. §2044 Authorizes Va To Provide Financial Assistance For Supportive Hosing For Very Low-income Veteran Families In Permanent Housing. Va Provides Supportive Service Grants To Non-profit Organizations And Consumer Cooperatives Which Provide Supportive Services To Very Low-income Veteran Families Residing In Or Scheduled To Receive Permanent Housing. 4.10. Agreements With Nonprofits: 38 U.s.c. §2041 Authorizes Va To Enter Into Agreements With Nonprofit Organizations Or State And Local Governments To Sell, Lease, O Donate Property To Be Used To Shelter Homeless Veterans And Their Families. 4.11. Specialized Residential Care And Rehabilitation Services: 38 U.s.c. §1720(g) Authorizes Va To Contract With Appropriate Entities To Provide Specialized Residential Care And Rehabilitation Services To A Veteran Of Operation Enduring Freedom Or Operation Iraqi Freedom Who Va Determines Sufferers From A Traumatic Brain Injuring, Has An Accumulation Of Deficits In Activities Of Daily Living And Instrumental Activities Of Daily Living, And Because Of These Deficits, Would Otherwise Require Admission To A Nursing Home Even Though Such Care Would Generally Exceed The Veteran S Nursing Needs. 4.12. Va S Grant And Per Diem Program For State Home Domiciliaries: State Home Domiciliaries Are Owned And Operated By States. Per 38 U.s.c. §â§8131-8137 And 38 C.f.r. Part 59, Va May Pay Up To Sixty-five (65) Percent Of The Cost Of Construction Or Acquisition Of State Homes Or For Renovations To Existing State Homes. Per 38 U.s.c. §⧠1741-1745, Va May Also Provide Per Diem Payments To States For The Domiciliary Care In State Homes Of Veterans Who Meet The Eligibility Criteria For Domiciliary Care In A Va Domiciliary. 4.13. Housing Assistance: Va Guarantees Loans Made To Veterans By Private Lenders For, Inter Alia, The Purchase Of A Dwelling To Be Owned By The Veteran As The Veteran S Home. Please See 38 U.s.c. §3701(a)(1). Any Loan To An Eligible Veteran Made In Compliance With The Purposes And Requirement Set Forth In Chapter 37 Of Title 38, U.s.c. Is Automatically Guaranteed By The United States 38 U.s.c. §3703(a)(1). 4.14. Specially Adapted Housing: Va May Provide Specially Adapted Housing (sah) Assistance To An Eligible Disabled Veteran For Acquiring An Adapted Home Or For Modifying An Existing Home That Meets The Veteran S Needs. 38 U.s.c. §2101. To Be Eligible For Assistance, A Veteran Must Meet The Medical Eligibility Requirements, And The Suitability And Feasibility Requirements Prescribed By Statute And Regulation. 38 U.s.c. §2101 And 38 C.f.r. §36.4404. 4.15. Va S Strategic Capital Investment Planning (scip) Process: Va S Scip Process Involves A Systemic Evaluation Of All Proposed Va Capital Investments Nationwide. It Is Based On How Well They Address Identified Performance Gaps (e.g. Safety, Security, Workload Driven Capacity Shortage, Right-sizing, And Access Including Providing Housing For Homeless Veterans). Paragraph Nine (9) Of The Principles Of Agreement (found At Http://www.westladraftmasterplan.org/documentation/extra-info) Requires Va To Include The Objective And Goals Of The Principles Document And New Master Plan In Va S Annual Scip Ten (10) Year Planning Process. | 4.16. Bridge Housing: Bridge Housing Is Time-limited, Low-barrier Housing That Is Utilized To Rapidly Move Veterans From Streets Into A Safe Environment Where The Primary Focus Is On Expediting The Connection To Long-term Permanent Supportive Housing And The Services To Maintain Housing. 4.17. Authorities For Va Contributions Toward Traffic Controls And Roadway Improvements: Subject To The Availability Of Va Funding, Please Note That: (a) Under 38 U.s.c. §8108, Va Can Make Monetary Contributions To Local Authorities To Help Cover Their Costs To Construct Traffic Controls And Roadway Improvements For Safe Ingress And Egress To Va Medical Facilities; And (b) Under 38 U.s.c. §2404(f)(2), Va Can Make Monetary Contributions To Local Authorities To Help Cover Their Costs To Construct Traffic Controls And Roadway Improvements For Safe Ingress And Egress To Va Cemetery Facilities. 4.18. Appendix B Of Omb Circular A-11: Regarding The Budgetary Treatments Of Lease-purchases And Leases Of Capital Assets. 4.19. State Of California Veterans Housing And Homelessness Prevention (vhhp) Program: (please Note For Informational Purposes Only. Inclusion Here Does Not Constitute A Va Endorsement Of The Vhhp Program Or Proposition 41 Funding.) Information Regarding This Program Is Available At: 4.19.1. Http://www.hcd.ca.gov/grants-funding/active-funding/vhhp.shtml And, 4.19.2. Https://www.calvet.ca.gov/vhhp. 5. Description Of Contract Support Required. The Contractor Shall Be Expected To Provide The Following Support, Services, And Expertise To Vaglahcs Office Of Strategic And Facility Planning. 5.1. Strategic Healthcare Planning Support To Ensure That Services Provided By Vaglahcs Through Its West La Medical Center And Network Of Community And Ambulatory Clinics Best Meet The Needs Of Veterans Across The Catchment Area. 5.2. Comprehensive Project Management Services In The Areas Of Real Estate Management; Environmental And Historic Preservation (including, But Not Limited To: The National Environmental Policy Act; The Comprehensive Response, Compensation, And Liability Act; The National Historic Preservation Act; And, Any Other Pertinent Federal, State, And Local Environmental And Historic Preservation Laws, Codes, Ordinances, And Regulations); Survey And Title Issues, And, Land Valuation Appraisals. 5.3. Track, Monitor, And Implement The Submittals, Tasks And Deliverables Contemplated By The Referencing The Latest "master Plan 2022" Available Here: Https://draft-master-plan-assets.s3.amazonaws.com/media/uploads/2022/04/12/2022-03-18_wla-va-master-plan-signed.pdf, Those Required By The South Campus Redevelopment Plan (including, But Not Limited To: La Metro Purple Line Extension; The Planned Critical Care Center And Ambulatory Care Clinic; Research Building; Food And Nutrition Building, And Associated Parking And Utility Facilities); And Those Associated With The Management And Operation Of Vaglahcs Ambulatory And Community-based Clinics. 5.4. Assist With Review And Drafting Real Property-related Documents, Such As Term Sheets, Leases, Revocable Licenses, Easements. 5.5. Assist With The Review, Preparation And Development Of Procurement-related Lease Documents Required To Support Vaglahcs Network Of Community-based Outpatient Clinics. 5.6. Upon Vaglahcs S Request, Perform Due Diligence And Studies Related To Traffic, Utilities, And Landscape. 5.7. Draft, Review, And Track Veteran-focused Land Use Agreements With Third Party Entities To Include Enhanced-use Leases Per Va S Authority At 38 U.s.c §â§8161-8169 And 50-year Service Leases Pursuant To The West Los Angeles Leasing Act Of 2016 (p.l. 114-226, 130 Stat. 926 (2016)). 5.8. Assist Vaglahcs With Strengthening Its Existing Repository Of Historical And Real Estate And Real Property Contract Files And Comply With Internal Va Reporting Requirements. 5.9. Assist Vaglahcs Office Of Communications In Developing And Managing Communication Plans To Inform Veterans, Local Communities, And Other Stakeholders On Vaglahcs Planning Process And On Progress Toward Implementation Of The Latest "master Plan 2022" Available Here: Https://draft-master-plan-assets.s3.amazonaws.com/media/uploads/2022/04/12/2022-03-18_wla-va-master-plan-signed.pdf, The South Campus Redevelopment Plan, And The La Metro Purple Line Extension. 5.10. Coordinate With Va Personnel And Other Va Contractors Regularly, And On An As-needed Basis Upon Va S Request. 5.11. Obtain Qualified, Competent, And Suitable Subcontractor Support And Expertise Under, And With The Scope Of This Idiq Contract, As Needed An On Request. Such Subcontractor Support Staff Shall Be Subject To Va Contracting Officer S Written Approval. The Va Contracting Officer Shall Have The Discretion To Prohibit The Involvement Of Any Subcontractor That Should Be Precluded Due To An Apparent Or Actual Ethical Conflict Of Interest When Considering Pertinent Provisions In The Federal Acquisition Regulations (far) And Va Acquisition Regulations (vaar). 5.12. Assist Vaglahcs Strategic, Facility, And Master Planning With Its Performance And Quality Management Activities Through, For Example, Tracking And Monitoring Existing And Future Third-party Contracts Between Vaglahcs And Third Parties, To Include, But Not Limited To Those Involving Construction And Renovation Activities Relating To The Vaglahcs Master Planning Process (e.g. The Construction Of Supportive Housing Or Veteran-focused Services Under Leases Or Other Real Property Arrangements). Performance And Quality Management Will Help Vaglahcs Ensure The Work Being Done Complies With The Underlying Contract And Any Applicable Laws, Regulations, Zoning, Or Permitting Requirements. 5.13. Provide Support To The Vaglahcs Land Use Advisory Committee (luac), Including, But Not Limited To, The Development Of A Charter, Processes And Procedures To Ensure Consistent, Transparent, And Equitable Review Of Land-use Requests At Vaglahcs Facilities And Technical Support For The Land Use Application Work-flow Management Tool. 5.14. Provide Support To Stand-up A Vaglahcs Strategic Capital Investment Planning (scip) Committee, Including, But Not Limited To, The Development Of A Charter, Processes And Procedures To Ensure That Vaglahcs Office Of Strategic And Facility Planning Identifies And Leverages All Available Programs To Support Its Capital Asset Needs. The Scip Committee Will Be Designed To: Improve The Quality, Access, And Cost Efficiency Of The Delivery Of Va Benefits And Services Through Modern And Relevant Infrastructure That Matches The Location Of Current And Future Demand; Adopt A Future-oriented View Of Vaglahcs Capital Needs; Significantly Reduce Gaps In Space, Utilization, Safety, Security, And Other Performance Gaps Over The Planning Horizon; Provide An Integrated, Comprehensive Planning Process For Capital Programs (major Construction, Minor Construction, Major Leases, Minor Leases, And Non-recurring Maintenance (nrm)) Across Vaglahcs; And, Produce A Data-driven, Rational, And Defensible Strategic Plan To Support Requests For Additional Project Funding. 5.15. Provide Support To Vaglahcs Space Planning Committee, Including, But Not Limited To, Review Of The Policies, Processes And Procedures Required To Ensure A Forward-looking, Consistent, Transparent, And Equitable Review Of Space Management Function Across Vaglahcs. 5.16. Develop Policies And Processes And Provide Support To Standardize And Integrate The Performance Management Functions Of The Office Of Strategic And Facility Planning To Provide An Understanding Of Program Or Project Performance, Identify Risks And Development And Implement Appropriate Corrective Actions When Performance Deviates Significantly From That Plan. Performance Management Will Drive Continuous Improvement And Will Be The Tool To Collect Knowledge Management Artifacts Such As Best Practices And Lessons Learned. 5.17. Develop Policies And Processes And Provide Support For Interior Design Integration Across Projects And Programs To Advance The Following Goals: Improve Facility Designs For Patient-centered Environments, Where Interior Design Solutions Respond To The Needs Of The Patient, Visitors And Staff Both Architecturally And Through Finish Material Selections; Provide Vaglahcs Staff And Contractors Participating In The Development Of Interior Design Projects With An Understanding Of Their Respective Roles, Responsibilities And The Procedures For Creating A Comprehensive Interior Design Environment; Aid In The Translation Of Va Master Specifications Into Patient-centered Design Solutions; Improve The Design Of Vaglahcs Spaces To Ensure They Are Professional, Therapeutic, Safe, Aesthetically Pleasing, And Functionally Appropriate; Provide Tools For Understanding Current Healthcare Design Industry Standards And Innovative, Creative Thinking; Ensure That A Final Interior Design Finish Binder Package Is Completed For Each Vaglahcs Renovation Or New Construction Project; Document Specific Room-by-room Standards And Schedules For Interior Room Finishes, Doors And Hardware. 5.18. Develop Policies And Processes And Provide Support To Construction Management Integration Through Application Of The Va Office Of Construction And Facilities Management (cfm) Til Requirements And Industry Best Practices Regarding Construction Management And Commissioning Services To Advance The Following Goals: Ensure Renovation And Construction Projects Are Completed As Expeditiously, Economically, And Safely As Possible, Within The Allocated Budget And In The Best Interest Of The Va; Provide Consistent Oversight For The Construction Process To Ensure Va General Contractors Adhere To Construction Documents (cds) And Master Specifications; Provide Temporary On-site Personnel, Located At The Construction Site For The Duration Of A Project; Resolve Disagreements Between Va And The General Contractor, Or Help Va Defend A Position Regarding An Issue Impacting Construction Quality, Time, Or Cost. 6. Key Personnel Position Description Summaries. Unless Otherwise Stated In The Position Summary Below, The Contractor S Key Personnel Shall Be Vastly Knowledgeable In The Duties For Their Position, Have At Least Three (3) Years Of Experience Providing The Services As Required For Their Position, And Possess A Bachelor S Degree In Any Field. 6.1. Program Management. 6.1.1. Principal. Overall Contract Management Responsibility With At Least 10 Years Providing Oversight Of Strategic And Facility Planning And Management Services. 6.1.2. Program Manager. Technical Advisor And Subject Matter Expert For All Facility Planning And Programming Initiatives. Develops And Executes Management Plans, Participates In The Various Committees And Processes Falling Under Strategic And Facility Planning, And Oversees The Team That Tracks Budget, Schedules, And Other Performance Metrics. The Senior Program Manager Has Performed Program Management Services Consistent With The Requirements Herein For At Least 10 Years. 6.2. Project Manager. Manages Aspects Associated With The Strategic Planning Process Including Long-range Capital Planning, Short-range Space Planning And Allocation, Workload Analysis And Projection, Business Case Analysis, Coordination Of Construction Applications, Assisting With On-going Construction Project Management, Healthcare Planning Model Analysis, And Strategic Capital Investment Planning Processes For Both Clinical And Administrative Programs And Services. The Senior Project Manager Has Performed Project Management Services Consistent With The Requirements Herein For At Least 10 Years And Possesses Project Management Professional Certification. 6.3. Real Estate Specialist. Receives, Supports The Review And Determination Of Viability, Executes, And Monitors All Land Use Opportunities Involving Vaglahcs Property Within Their Assigned Purview. Coordinates The Land Use Process, To Include Land Use Application And Other Required Documents With All Required Parties. Other Duties Include The Conducting Of Market Research, When Necessary, And Compilation Of All Appropriate Data For Recommendation(s) To Leadership. The Senior Real Estate Specialist Has Performed Real Estate Services Consistent With The Requirements Herein For At Least 10 Years. 6.4. Strategic Healthcare Planner. Conducts Research, Writes, Implements And Monitors Plans And Procedures Pertaining To The Delivery Of Existing And Planned Healthcare Services. The Senior Healthcare Planner Has Performed Healthcare Planning Services Consistent With The Requirements Herein For At Least 10 Years. 6.5. Financial Analyst And Cost Estimator. Analyzes And Determines Cost Of Operations By Establishing Standard Costs And Collecting Operational Data. Improves Financial Status By Analyzing Results, Monitoring Variance And; Identifying Trends. Reconciles Transactions By Comparing And Correcting Data. The Senior Financial Analyst And Cost Estimator Has Performed Financial Services Consistent With The Requirements Herein For At Least 10 Years. 6.6. Senior Environmental Specialist. Environmental Specialists, Including Hazardous Material Consultant, Survey Management Specialists, Nepa Consultants, Biologists, Leads Or Participates In All Development And Compliance Requirements Associated With Vaglahcs National Environmental Policy Act (nepa). 6.7. Engineer. Engineers, Including General, Project, Structural, Mechanical, Electrical, Traffic, Civil, Geotechnical, Commissioning, Fire Safety Reviewer, And Fire Protection, Shall Provide Technical Expertise To Program And Project Management Staff Pertaining To Their Areas Of Expertise. 6.8. Interior Designer And Signage Consultant. Interior Designer And Signage Consultant Shall Provide Technical Expertise To Program And Project Management Staff Regarding All Interior Design Development And Services For All Major And Minor Construction Projects For Vaglahcs Initiated Through Design, Construction, Installation And Final Transition And Operation. Designs Building Interior Design Environments To Promote Employee Productivity, Cultural Transformation, And/or Health And Welfare Of Employees, Patients And The Public. 6.9. Historian/preservationist. Participates In All Development And Compliance Requirements Associated With Vaglahcs National Historic Preservation Act (nhpa) Obligations And Commitments And Provides Guidance And Technical Assistance To Program And Project Management Staff. 6.10. Healthcare Planner And Medical Equipment Planner. Health And Medical Equipment Planner Shall Provide Technical Assistance To The Strategic Healthcare Planner And Program Manager. 6.11. Construction Manager. Coordinates Requirements Gathering, Monitoring, And Execution Of A Wide Variety Of Healthcare Construction Projects Encompassing Architecture, Civil, Mechanical, Electrical, And Industrial Engineering. Responsibilities Include The Development And Review Of Plans And Specifications For Construction/renovation Projects. 6.12. Specification Writer. Writes Descriptions Of Processes And Processing Operations. Works With Engineers, Operations Personnel, Manuals, And Other Materials To Develop Specifications. Interprets Architectural Or Engineering Plans And Prepares Material Lists And Specifications To Be Used As Standards. 6.13. Architect. Architects, Including Project, Landscape, And Architectural Associates, Provide Technical Expertise To Program And Project Management Staff Pertaining To Their Areas Of Expertise. An Associate Has 1-3 Years Experience, And A Senior Architect Has 10 Or More Years Experience In Their Field Of Expertise. 6.14. Quality Control Specialist. Reviews Progress And Productivity To Monitor And Verify Monthly Costs, Schedules, Project Requirements And Assumptions, Client Delivery, And Other Performance Metrics. 6.15. Communication Specialist. Acts As A Liaison Between The Communications, Public Affairs, And The Planning Offices. Relays Pertinent Information To Key Stakeholders, To Ensure Seamless Coordination And Consistent Messaging. Works With The Program And Project Manager To Mitigate Conflicts And Enhance Coordination Between Veterans, Members Of The Public And Health Care System Project And Planning Staff. 6.16. Scheduler. Schedulers Provides Timetables For Projects, Which Includes Determining The Timing Of Tasks And When Specific Resources Will Be Needed. 6.17. It/security Specialist. The It/security Specialist Provides It And Security Technical Guidance And Support. 6.18. Attorney. The Attorney Provides Legal Advice And Support Pertaining To All Aspects Of Strategic And Facility Planning And Management Services. Note Regarding The Legal Services And Support Component Of This Idiq Contract: Under 38 U.s.c., Va S Office Of General Counsel (ogc) Is Responsible For Providing Legal Advice And Services To The Va Secretary And The Managers Of All Va Organizational Components. Ogc Interprets All Laws Pertaining To Va And Has Final Legal Responsibility For The Promulgation Of All Va Regulations Implementing Those Laws. Thus, Ogce Shall Have Sole Authority And Responsibility For All Final Decisions Regarding All Legal Matters That Arise Or Relate To Any Issues
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.5 Million (USD 77.7 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Publication No. 01-2025-c (first Publication) Request For Expression Of Interest For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 2 And Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 01-2025-c (first Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of January 30, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be On 2:00 P.m. Of January 30, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 18, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: January 23, 2025 Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.00 And Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,000,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...……………………………………………………………………………………05 Part Iii. Objective .………………………………………………………...…………………………………………..06 Part Iv. Scope Of Work: ……………….………………………………...............................................06 1. Field Survey ………………………………….………… ……………………………………………………06 2. Office Work ……………………………………………………………………………………………………07 Part V. Submission Of Output And Schedule …………………………………………………………08 1. Complete Package …………………………..................................................................07 2. Effectivity And End Of Consulting Services ………………………………………...…………..07 Part Vi. Qualification Of Consultants ……………………………………………………………..……08 Criteria For Selection …………………………………………………………………………………………….09 Part Vii. Source Of Fund…………………………….……………………………………………………………….10 Part Viii. Consultant’s Services Fee ………………………………………………………...................10 Approved Budget For The Contract……….………………………………..…...………………………..10 Advance Payment …………………………………………………………………………………………………10 Progress Billing ……………………………………………………………………………………………………..11 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….…………………………11 Part Xi. Settling Of Disputes …………………………………………………………………….....................11 Part Xii. Consultant’s Liability ……………………………………………………………………………………12 Part Xiii. Annexes ……………………………………………………………………………………………………………12 1. Annex “a”- Criteria For Short Listing……..……………………………………………………12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………13 3. Annex “c”- Approved Budget For The Contract …………………………………………..14 Part Xiv. Forms ………………………………………………………………………………………………….…..........15 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………........15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……..16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………17 4. Pf-4: Omnibus Sworn Statement Form ………………………………………………………………18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Infrastructure Projects Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Government (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Economic Internal Rate Of Return (eirr) – Submission Of The Bcr And Eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project And Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 2. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Preliminary Feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Technical, Market And Economic Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line). The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation And Average Annual Generation; C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability And Right Of Way (row) Documentation; H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. If The Participating Consultant/s Involves A Joint Venture Or Consortium, The Partners Of The Joint Venture (jv) Shall Organize And Create A Corporation Duly Registered Under The Corporation Code Of The Philippines. Further, The Jv Company Shall State The Following In The Bid Proposal: A. Name Of The Partners In The Joint Venture Or Consortium. B. Participation Interest Of Each Partner. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Project Or Undertaking Within The Last Ten (10) Years From The Submission And Opening Of Quotations; B. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; C. Curriculum Vitae Of The Management And Technical Personnel; D. List Of Third-party Consultants With Corresponding Service Contract/agreement Showing Their Respective Qualifications. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Selection 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Firm (within The Past 10 Years); 1.2. Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project (in Case Of Nominated Personnel Who Are Not Officers Or Organic Staff, A Notarized Letter Of Commitment For Each Personnel Should Be Submitted); And 1.3. Job Capacity 2. The Consulting Firm Shall Be Selected Using The Quality-cost Based Selection/evaluation (qcbs/qcbe) Procedure Under Republic Act (ra) No. 9184, Rules And Regulation (irr) And Based On The Following Criteria: 2.1. Technical Proposal : 80% 2.2. Financial Proposal : 20% Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.0 And Cy 2024 General Fund-other Development Fund Amounting To Php 4,000,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Miscellaneous, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,604,481.53 Ii Reimbursable Costs 1,165,000.00 Iii Miscellaneous Expenses 72,375.97 Iv Sub-total (i+ii+iii) 3,841,857.50 V Vat (12% Of Remuneration) 312,549.78 Vi Contingency (8.99% Of Iv) 345,592.72 Vii Grand Total ( Iv+v+vi) 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review Of The Project In The Contract. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Firm (within The Past 10 Years) • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. 30 Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project 50 Job Capacity • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 20 Note: Similar Projects Refer To Contracts With Scope Of Works Covering The Doe Pre-application For Re Service Contract, Conduct Of Pre-feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Pre-fs And Fs, Detailed Engineering, Or Advisory Services Conducted For Water Resource-related And Power Facilities Related Projects; Detailed Engineering, Advisory Services, Or Components Of An Fs (demand Forecast, Economic, Financial) For Hydropower Project And Construction, Supervision, Civil Works Or Operation And Maintenance Of Projects Pertaining To Hydropower Project. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 2 And Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Virgilio T. Marquez Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 1 20 1,018.18 20,363.64 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,604,581.53 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 2,000 Per Man-day Man-days 400 2,000.00 800,000.00 9 Fuel For Vehicles Ls 95,000.00 10 Cost Of Field Office Rental And Office Supplies Ls 200,000.00 11 Cost Of Tools And Equipment Or Rental Ls 70,000.00 Sub-total 1,165,000.00 Iii. Miscellaneous Description Unit Quantity Unit Price Total Cost 12 Cost Of Meetings/consultations/investigations/research Ls 72,375.97 Sub-total 72,375.97 13 Vat (12% Of Remuneration Cost) Ls 312,549.78 14 Contingency 10% Of (i+ii+iii) Ls 345,592.72 Total 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office Supplies, Cost Of Tools And Equipment), Miscellaneous, Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2024 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date20 May 2025
Tender AmountPHP 4.5 Million (USD 80.7 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Publication No. 06-2025-c (first Publication) Request For Expression Of Interest Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 06-2025-c (first Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Ofapril 29, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be At 2:00 P.m. Of April 29, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 15, 2025 To May 20, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: April 15, 2025 Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Krishane D. Dumangeng Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods, Infrastructure And Consulting Services Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Construction Of Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04 Part Iii. Objective .………………………………………………………...…………………………………………. 05 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 07 1. Complete Package …………………………....................................................................... 07 2. Effectivity And End Of Consulting Services ………………………………………...……………… 07 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 07 Criteria For Short Listing ………………………………………………………………………………………………… 09 Criteria For Bid Evaluation …………………………………………………………………………………………… 09 Post Qualification Of Highest Rated Bid ………………………………………………………………………. 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 09 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….….............. 14 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Consultancy Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Local Government Unit (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System In Accordance To Doe Prescribed Scale. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Determination Of Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Energy Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Financial/economic Internal Rate Of Return (f/eirr) – Submission Of The Bcr And F/eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project, Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 1. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development (pre-feasibility Study) And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Boring/rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Pre-feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Organizational, Technical, Market And Economic/financial Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Headrace, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line) And Average Annual Generation. The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Headrace, Penstock, Power House, Turbine And Generator And Power Evacuation. C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years And Reckoned From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability Andzccxz Right Of Way (row) Documentation. The Assessment And Documentation Are In Accordance To Pd 1586, Denr Administration Order 30-2003, Ra 8371, Ra 7586 And Ra 9513. H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Headrace, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Financial/economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s The Eligibility Requirements, Eligibility Criteria, And Eligibility Check Shall Be Based On The Provisions Of Section 24 Of The 2016 Irr Of Ra 9184. Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be A Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitute Compliance. Participating Bidder Must Possess The Track Record/experiences Which Are Similar In Nature And Complexity To The Contract For Bidding Mainly The Preparation Of Doe Service Contract Pre-application Requirement And The Pre-feasibility Study Preparation. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below With The Required Profession And Experience: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Shortlisting - The Provisions Of Section 24.5 Of The 2016 Irr Of Ra 9184 Shall Apply In The Short Listing. 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants; 1.2. Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings; And 1.3. Current Workload Relative To Capacity. Criteria For Bid Evaluation – The Provisions Of Section 33 Of The 2016 Irr Of Ra 9184 Shall Apply In The Bid Evaluation. 1. The Consulting Firm Shall Be Selected Using The Quality-cost Based Evaluation (qcbe) Procedure Based On The Following Criteria: 1.1. Technical Proposal : 80% 1.2. Financial Proposal : 20% Post Qualification Of Highest Rated Bid – The Provisions Of Section 34 Of The 2016 Irr Of Ra 9184 Shall Apply In The Post-qualification Process. The Highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsible To All The Requirements And Conditions As Specified In The Bidding Documents. Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,645,308.81 Ii Reimbursable Costs 1,342,000.00 Iii Vat (12% Of Remuneration) 317,437.06 Iv Contingency (5% Of I & Ii) 199,365.44 V Grand Total 4,504,111.30 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review. The Plgu May Engage Experts To Help In The Review Of Consultant’s Output. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants. For The Last 5 Years. 30 Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings. 50 Current Workload Relative To Capacity 20 The Passing Rate To Be Short Listed Is 70 Points And Above. Note: Applicable Experience Refers To Contracts With Scope Of Works Covering The Preparation Of Re Service Contract Pre-application And Conduct Of Pre- Feasibility Or Feasibility Study Of Hydropower Energy Plant. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 3 60 1,018.18 61,090.91 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,645,308.81 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 1,800 Per Man-day Man-days 440 1,800.00 792,000.00 9 Housing Allowance Man-days 440 1,250.00 550,000.00 Sub-total 1,342,000.00 10 Vat (12% Of Remuneration Cost) Ls 317,437.06 11 Contingency 5% Of (i+ii) Ls 199,365.44 Total 4,504,111.30 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of Remuneration Cost (basic Salaries, Social Charges, Overhead, Management Fee), Reimbursable Cost (per Diems, Housing Allowance), Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2025 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 4.5 Million (USD 77.5 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Request For Proposal Publication No. 05-2025-c (two Failed Biddings) Invitation To Apply For Eligibility And To Bid (iaeb) For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 05-2025-c (two Failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of February 25, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be On 2:00 P.m. Of February 25, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 04, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: February 18, 2025 (sgd) Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Krishane D. Dumangeng Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.00 And General Fund-other Development Fund Amounting To Php 4,000,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04/05 Part Iii. Objective .………………………………………………………...…………………………………………. 06 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 08 1. Complete Package …………………………....................................................................... 08 2. Effectivity And End Of Consulting Services ………………………………………...……………… 08 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 08 Criteria For Selection ………………………………………………………………………………………………… 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 10 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….…............... 15 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Infrastructure Projects Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Government (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Economic Internal Rate Of Return (eirr) – Submission Of The Bcr And Eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project And Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 2. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Preliminary Feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Technical, Market And Economic Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line). The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation And Average Annual Generation; C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability And Right Of Way (row) Documentation; H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitutes Compliance. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Project Or Undertaking Within The Last Ten (10) Years From The Submission And Opening Of Quotations; B. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; C. Curriculum Vitae Of The Management And Technical Personnel; D. List Of Third-party Consultants With Corresponding Service Contract/agreement Showing Their Respective Qualifications. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Selection 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Firm (within The Past 10 Years); 1.2. Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project (in Case Of Nominated Personnel Who Are Not Officers Or Organic Staff, A Notarized Letter Of Commitment For Each Personnel Should Be Submitted); And 1.3. Job Capacity 2. The Consulting Firm Shall Be Selected Using The Quality-cost Based Selection/evaluation (qcbs/qcbe) Procedure Under Republic Act (ra) No. 9184, Rules And Regulation (irr) And Based On The Following Criteria: 2.1. Technical Proposal : 80% 2.2. Financial Proposal : 20% Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.0 And Cy 2024 General Fund-other Development Fund Amounting To Php 4,000,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Miscellaneous, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,604,481.53 Ii Reimbursable Costs 1,383,480.00 Iii Vat (12% Of Remuneration) 312,549.78 Iv Contingency (5% Of I & Ii) 199,403.08 V Grand Total ( Iv+v+vi) 4,500,014.39 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review Of The Project In The Contract. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Firm (within The Past 10 Years) • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. 30 Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project 50 Job Capacity • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 20 Note: Similar Projects Refer To Contracts With Scope Of Works Covering The Doe Pre-application For Re Service Contract, Conduct Of Pre-feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Pre-fs And Fs, Detailed Engineering, Or Advisory Services Conducted For Water Resource-related And Power Facilities Related Projects; Detailed Engineering, Advisory Services, Or Components Of An Fs (demand Forecast, Economic, Financial) For Hydropower Project And Construction, Supervision, Civil Works Or Operation And Maintenance Of Projects Pertaining To Hydropower Project. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 2 And Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 1 20 1,018.18 20,363.64 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,604,581.53 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 2,000 Per Man-day Man-days 400 2,000.00 800,000.00 9 Housing Allowance Man-days 400 1,458.70 583,480.00 Sub-total 1,383,480.00 10 Vat (12% Of Remuneration Cost) Ls 312,549.78 11 Contingency 5% Of (i+ii) Ls 199,403.08 Total 4,500,014.39 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office Supplies, Cost Of Tools And Equipment), Miscellaneous, Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2024 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 4.5 Million (USD 77.5 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Publication No. 02-2025-c (second Publication) Request For Expression Of Interest For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 02-2025-c (second Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of February 13, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be On 2:00 P.m. Of February 13, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 06, 2025 To March 04, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.00 And Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,000,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...……………………………………………………………………………………05 Part Iii. Objective .………………………………………………………...…………………………………………..06 Part Iv. Scope Of Work: ……………….………………………………...............................................06 1. Field Survey ………………………………….………… ……………………………………………………06 2. Office Work ……………………………………………………………………………………………………07 Part V. Submission Of Output And Schedule …………………………………………………………08 1. Complete Package …………………………..................................................................07 2. Effectivity And End Of Consulting Services ………………………………………...…………..07 Part Vi. Qualification Of Consultants ……………………………………………………………..……08 Criteria For Selection …………………………………………………………………………………………….09 Part Vii. Source Of Fund…………………………….……………………………………………………………….10 Part Viii. Consultant’s Services Fee ………………………………………………………...................10 Approved Budget For The Contract……….………………………………..…...………………………..10 Advance Payment …………………………………………………………………………………………………10 Progress Billing ……………………………………………………………………………………………………..11 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….…………………………11 Part Xi. Settling Of Disputes …………………………………………………………………….....................11 Part Xii. Consultant’s Liability ……………………………………………………………………………………12 Part Xiii. Annexes ……………………………………………………………………………………………………………12 1. Annex “a”- Criteria For Short Listing……..……………………………………………………12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………13 3. Annex “c”- Approved Budget For The Contract …………………………………………..14 Part Xiv. Forms ………………………………………………………………………………………………….…..........15 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………........15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……..16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………17 4. Pf-4: Omnibus Sworn Statement Form ………………………………………………………………18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Infrastructure Projects Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Government (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Economic Internal Rate Of Return (eirr) – Submission Of The Bcr And Eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project And Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 2. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Preliminary Feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Technical, Market And Economic Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line). The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation And Average Annual Generation; C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability And Right Of Way (row) Documentation; H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitutes Compliance. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Project Or Undertaking Within The Last Ten (10) Years From The Submission And Opening Of Quotations; B. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; C. Curriculum Vitae Of The Management And Technical Personnel; D. List Of Third-party Consultants With Corresponding Service Contract/agreement Showing Their Respective Qualifications. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Selection 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Firm (within The Past 10 Years); 1.2. Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project (in Case Of Nominated Personnel Who Are Not Officers Or Organic Staff, A Notarized Letter Of Commitment For Each Personnel Should Be Submitted); And 1.3. Job Capacity 2. The Consulting Firm Shall Be Selected Using The Quality-cost Based Selection/evaluation (qcbs/qcbe) Procedure Under Republic Act (ra) No. 9184, Rules And Regulation (irr) And Based On The Following Criteria: 2.1. Technical Proposal : 80% 2.2. Financial Proposal : 20% Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.0 And Cy 2024 General Fund-other Development Fund Amounting To Php 4,000,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Miscellaneous, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,604,481.53 Ii Reimbursable Costs 1,165,000.00 Iii Miscellaneous Expenses 72,375.97 Iv Sub-total (i+ii+iii) 3,841,857.50 V Vat (12% Of Remuneration) 312,549.78 Vi Contingency (8.99% Of Iv) 345,592.72 Vii Grand Total ( Iv+v+vi) 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review Of The Project In The Contract. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Firm (within The Past 10 Years) • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. 30 Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project 50 Job Capacity • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 20 Note: Similar Projects Refer To Contracts With Scope Of Works Covering The Doe Pre-application For Re Service Contract, Conduct Of Pre-feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Pre-fs And Fs, Detailed Engineering, Or Advisory Services Conducted For Water Resource-related And Power Facilities Related Projects; Detailed Engineering, Advisory Services, Or Components Of An Fs (demand Forecast, Economic, Financial) For Hydropower Project And Construction, Supervision, Civil Works Or Operation And Maintenance Of Projects Pertaining To Hydropower Project. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 2 And Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Virgilio T. Marquez Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 1 20 1,018.18 20,363.64 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,604,581.53 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 2,000 Per Man-day Man-days 400 2,000.00 800,000.00 9 Fuel For Vehicles Ls 95,000.00 10 Cost Of Field Office Rental And Office Supplies Ls 200,000.00 11 Cost Of Tools And Equipment Or Rental Ls 70,000.00 Sub-total 1,165,000.00 Iii. Miscellaneous Description Unit Quantity Unit Price Total Cost 12 Cost Of Meetings/consultations/investigations/research Ls 72,375.97 Sub-total 72,375.97 13 Vat (12% Of Remuneration Cost) Ls 312,549.78 14 Contingency 10% Of (i+ii+iii) Ls 345,592.72 Total 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office Supplies, Cost Of Tools And Equipment), Miscellaneous, Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2024 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date12 Jun 2025
Tender AmountPHP 4.5 Million (USD 80.9 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Publication No. 07-2025-c (second Publication) Request For Expression Of Interest Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 07-2025-c (second Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of May 22, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be At 1:30 P.m. Of May 22, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 08, 2025 To June 12, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: May 08, 2025 Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Eleanor A. Oyami Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods, Infrastructure And Consulting Services Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Construction Of Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04 Part Iii. Objective .………………………………………………………...…………………………………………. 05 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 07 1. Complete Package …………………………....................................................................... 07 2. Effectivity And End Of Consulting Services ………………………………………...……………… 07 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 07 Criteria For Short Listing ………………………………………………………………………………………………… 09 Criteria For Bid Evaluation …………………………………………………………………………………………… 09 Post Qualification Of Highest Rated Bid ………………………………………………………………………. 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 09 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….….............. 14 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Consultancy Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Local Government Unit (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System In Accordance To Doe Prescribed Scale. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Determination Of Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Energy Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Financial/economic Internal Rate Of Return (f/eirr) – Submission Of The Bcr And F/eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project, Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 1. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development (pre-feasibility Study) And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Boring/rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Pre-feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Organizational, Technical, Market And Economic/financial Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Headrace, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line) And Average Annual Generation. The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Headrace, Penstock, Power House, Turbine And Generator And Power Evacuation. C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years And Reckoned From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability Andzccxz Right Of Way (row) Documentation. The Assessment And Documentation Are In Accordance To Pd 1586, Denr Administration Order 30-2003, Ra 8371, Ra 7586 And Ra 9513. H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Headrace, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Financial/economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s The Eligibility Requirements, Eligibility Criteria, And Eligibility Check Shall Be Based On The Provisions Of Section 24 Of The 2016 Irr Of Ra 9184. Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be A Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitute Compliance. Participating Bidder Must Possess The Track Record/experiences Which Are Similar In Nature And Complexity To The Contract For Bidding Mainly The Preparation Of Doe Service Contract Pre-application Requirement And The Pre-feasibility Study Preparation. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below With The Required Profession And Experience: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Shortlisting - The Provisions Of Section 24.5 Of The 2016 Irr Of Ra 9184 Shall Apply In The Short Listing. 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants; 1.2. Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings; And 1.3. Current Workload Relative To Capacity. Criteria For Bid Evaluation – The Provisions Of Section 33 Of The 2016 Irr Of Ra 9184 Shall Apply In The Bid Evaluation. 1. The Consulting Firm Shall Be Selected Using The Quality-cost Based Evaluation (qcbe) Procedure Based On The Following Criteria: 1.1. Technical Proposal : 80% 1.2. Financial Proposal : 20% Post Qualification Of Highest Rated Bid – The Provisions Of Section 34 Of The 2016 Irr Of Ra 9184 Shall Apply In The Post-qualification Process. The Highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsible To All The Requirements And Conditions As Specified In The Bidding Documents. Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,645,308.81 Ii Reimbursable Costs 1,342,000.00 Iii Vat (12% Of Remuneration) 317,437.06 Iv Contingency (5% Of I & Ii) 199,365.44 V Grand Total 4,504,111.30 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review. The Plgu May Engage Experts To Help In The Review Of Consultant’s Output. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants. For The Last 5 Years. 30 Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings. 50 Current Workload Relative To Capacity 20 The Passing Rate To Be Short Listed Is 70 Points And Above. Note: Applicable Experience Refers To Contracts With Scope Of Works Covering The Preparation Of Re Service Contract Pre-application And Conduct Of Pre- Feasibility Or Feasibility Study Of Hydropower Energy Plant. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 3 60 1,018.18 61,090.91 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,645,308.81 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 1,800 Per Man-day Man-days 440 1,800.00 792,000.00 9 Housing Allowance Man-days 440 1,250.00 550,000.00 Sub-total 1,342,000.00 10 Vat (12% Of Remuneration Cost) Ls 317,437.06 11 Contingency 5% Of (i+ii) Ls 199,365.44 Total 4,504,111.30 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of Remuneration Cost (basic Salaries, Social Charges, Overhead, Management Fee), Reimbursable Cost (per Diems, Housing Allowance), Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2025 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date10 Jul 2025
Tender AmountPHP 4.5 Million (USD 79.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Request For Proposal Publication No. 08-2025-c (two-failed Biddings) Invitation To Apply For Eligibility And To Bid (iaeb) For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 08-2025-c (negotiated Procurement; Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of June 19, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be At 2:00 P.m. Of June 19, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 05, 2025 To July 10, 2025 From The Address 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 Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: June 05, 2025 Carmelita B. Buyuccan Bac Chairperson Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Construction Of Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04 Part Iii. Objective .………………………………………………………...…………………………………………. 05 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 07 1. Complete Package …………………………....................................................................... 07 2. Effectivity And End Of Consulting Services ………………………………………...……………… 07 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 07 Criteria For Short Listing ………………………………………………………………………………………………… 09 Criteria For Bid Evaluation …………………………………………………………………………………………… 09 Post Qualification Of Highest Rated Bid ………………………………………………………………………. 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 09 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….….............. 14 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Consultancy Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Local Government Unit (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System In Accordance To Doe Prescribed Scale. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Determination Of Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Energy Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Financial/economic Internal Rate Of Return (f/eirr) – Submission Of The Bcr And F/eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project, Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 1. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development (pre-feasibility Study) And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Boring/rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Pre-feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Organizational, Technical, Market And Economic/financial Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Headrace, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line) And Average Annual Generation. The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Headrace, Penstock, Power House, Turbine And Generator And Power Evacuation. C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years And Reckoned From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability Andzccxz Right Of Way (row) Documentation. The Assessment And Documentation Are In Accordance To Pd 1586, Denr Administration Order 30-2003, Ra 8371, Ra 7586 And Ra 9513. H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Headrace, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Financial/economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s The Eligibility Requirements, Eligibility Criteria, And Eligibility Check Shall Be Based On The Provisions Of Section 24 Of The 2016 Irr Of Ra 9184. Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be A Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitute Compliance. Participating Bidder Must Possess The Track Record/experiences Which Are Similar In Nature And Complexity To The Contract For Bidding Mainly The Preparation Of Doe Service Contract Pre-application Requirement And The Pre-feasibility Study Preparation. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below With The Required Profession And Experience: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Shortlisting - The Provisions Of Section 24.5 Of The 2016 Irr Of Ra 9184 Shall Apply In The Short Listing. 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants; 1.2. Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings; And 1.3. Current Workload Relative To Capacity. Criteria For Bid Evaluation – The Provisions Of Section 33 Of The 2016 Irr Of Ra 9184 Shall Apply In The Bid Evaluation. 1. The Consulting Firm Shall Be Selected Using The Quality-cost Based Evaluation (qcbe) Procedure Based On The Following Criteria: 1.1. Technical Proposal : 80% 1.2. Financial Proposal : 20% Post Qualification Of Highest Rated Bid – The Provisions Of Section 34 Of The 2016 Irr Of Ra 9184 Shall Apply In The Post-qualification Process. The Highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsible To All The Requirements And Conditions As Specified In The Bidding Documents. Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,645,308.81 Ii Reimbursable Costs 1,342,000.00 Iii Vat (12% Of Remuneration) 317,437.06 Iv Contingency (5% Of I & Ii) 199,365.44 V Grand Total 4,504,111.30 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review. The Plgu May Engage Experts To Help In The Review Of Consultant’s Output. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants. For The Last 5 Years. 30 Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings. 50 Current Workload Relative To Capacity 20 The Passing Rate To Be Short Listed Is 70 Points And Above. Note: Applicable Experience Refers To Contracts With Scope Of Works Covering The Preparation Of Re Service Contract Pre-application And Conduct Of Pre- Feasibility Or Feasibility Study Of Hydropower Energy Plant. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 3 60 1,018.18 61,090.91 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,645,308.81 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 1,800 Per Man-day Man-days 440 1,800.00 792,000.00 9 Housing Allowance Man-days 440 1,250.00 550,000.00 Sub-total 1,342,000.00 10 Vat (12% Of Remuneration Cost) Ls 317,437.06 11 Contingency 5% Of (i+ii) Ls 199,365.44 Total 4,504,111.30 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of Remuneration Cost (basic Salaries, Social Charges, Overhead, Management Fee), Reimbursable Cost (per Diems, Housing Allowance), Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2025 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature] Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods, Infrastructure And Consulting Services
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is For Full And Open Competition. All Responsible Sources Can Compete. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Axeon Series Clean-in- Place (cip) System. This Procurement Will Also Include Installation, And Training Of The Newly Purchased Brand Name Or Equal Axeon Series Clean-in-place System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description
qty
price 1
cip 100, 200 Gal Tank, 220v 3ph 60 Hz 1
â
2
installation
1
â
3
training On Use Of Equipment And Maintenance â
4
manuals, Digital And Hard Copy â
â
5
warranty â
â statement Of Work (sow)
as Of January 15, 2025 contract Title: Boiler Plant Cip System For Reverse Osmosis (ro) Membranes background: Building 261, Boiler Plant, Reverse Osmosis Membranes Are Key To Providing Clean, Purified Water To The Boilers For Optimal Operations. From Time To Time, These Membranes Require Regular Cleaning To Avoid Internal Damage, Which Can Lead To Expensive New Membrane Procurements. The Desire Is To Purchase Equipment Which Will Allow Local Staff To Clean The Existing Membranes In-place, Rather Than Send Them Out For Cleaning Or Replacement. scope: Vendor To Deliver And Test Operation Of A Clean-in-place Mobile Unit For The Purpose Of Cleaning Boiler Plant Ro Membranes. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Cip System And All Other Accessories And Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Cip System. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Receive And Install New Equipment 4.1.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 4.1.2 Subtask 2 - Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.2 Task 2 Provide Staff Training On Equipment 4.2.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In Cip Skid. Vendor To Furnish Va With Site-specific Operating And Service Manuals, Both Digitally And Hard Copy, For Equipment. task 3 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. deliverables: 5.1 Task 1 Mobile Clean-in-place Skid, Equivalent To Axeon Cip-100 2 Outlet Connection
tank Size 200 Gallon
flow Rate 100 Gallons Per Minute
motor 7.5 Hp
dimensions (l X W X H) Of 64 X 40 X 73 weight 650 Lbs
on/off Switch
shelco Multi-cartridge Housing
axeon Sdf Series 5 Micron Sediment Filter
axeon 316l Stainless Steel Pressure Gauges
sch 80 Pvc Piping With Unions
mixing Loop With Valve
polyethylene Solution Tank
tank Level Switches
temperature Gauge
axeon Flow Meter
316l Stainless Steel Pump With Tefc Motor
hose Kit
caster Wheels 5.2 One Year Parts And Labor Warranty
all Components To Include One-year Parts And Labor Warranty 5.3 Freight
vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Cip System And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In Cip Skid. Contractor To Furnish Va With Detailed Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 6. Performance Monitoring
the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service.
7. Security Requirements
contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted.
9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work.
10. Place Of Performance. the Place Of Performance Is building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance
the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer.
9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-7, System For Award Management (oct 2018)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror, (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
far 52.225-2, Buy American Certificate (oct 2022)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html (far) And
http://www.va.gov/oal/library/vaar/index.asp (vaar)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
vaar 852.273-70, Late Offers (nov 2021)
(end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.225-1, Buy American Supplies (oct 2022)
vaar 852.203-70, Commercial Advertising (may 2018)
var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(31),(32),(33),(34),(36),(39),(48),(51), And (59)
all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact
to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov
the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Water Softener And Controls For Use At Boiler Plant. This Procurement Will Also Include Removal Of The Existing Equipment, Installation, And Training Of The Newly Purchased Water Softener System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description
qty
price 1
model Bk-ds-lwt-3-1200 Twin Alternating Softener 1
â
2
installation
1
â
3
old Unit Decommissioned And Disposed In Specified Area At Facility 1
â
4
training On Use Of Equipment And Maintenance
â
â
5
warranty â
â statement Of Work (sow) contract Title: Boiler Plant Water Softener background: Building 261, Boiler Plant, Water Softener Is A Critical Part Of Daily Facility-wide Heating Operations. At This Time, The Dual-tank Softener System Is Beyond Expected Serviceable Lifespan And Becoming Unreliable. Furthermore, These Units Require Obsolete Replacement Parts That Are Becoming Increasingly Expensive And Hard To Procure. scope: Contractor To Remove Existing Water Softener Skid And Replace With A New Unit. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Old Units And All Associated Equipment Will Be Placed In Gravel Area Behind Boiler Plant For Turn-in To Va Logistics Service For Decommissioning/disposal. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Water Softener Tanks, Stands, Brine Measuring Tank, Associated Control Boxes And Cabling, And All Other Water Softener Accessories Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Removal Of Existing Equipment 4.1.1 Subtask 1 - Removal Of Existing Water Softener Skid, And All Associated Components. contractor Shall Properly Remove Existing Softener Tanks, Stands, Supply And Drain Piping To Nearest Valve Or Connection To Drain Manifold; And Electrical Wiring To Existing Junction Boxes/disconnect Panels. 4.2 Task 2 - Receive And Install New Equipment 4.2.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 4.2.2 Subtask 2 - Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.3 Task 3 Provide Staff Training On Equipment 4.3.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In New Water Softener. Vendor To Furnish Va With Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. task 4 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. Ideally, Work Should Be Scheduled Once Seasonal Plant Loads Begin To Lower (warmer Outside). deliverables: 5.1 Task 1 Twin-tank Alternating Softener plc-allen Bradley 1400 To Be Controlled By Plcs On Adjacent Ro System, Service Flow Rates Per Tank Of 185 Gpm To 230 Gpm, Backwash Flow Rate 60 Gpm. Two 48 X72 Carbon Steel Resin Tanks, 100# Non-code Construction, Interior Holding Two-component Epoxy, Carboline, Hydroplate 1086 4-10mils. Semi-gloss Finish, Off-white, Certified To Ansi/nsf 61. Exterior Polyamidoamine Epoxy, Tnemec N69f, Satin Finish Safety Blue. Four Point Pvc Upper Distributor, Hub/radial Pvc Lower Distributor. Media (per Tank): Support Gravel 1000lbs, 40 Cubic Feet Resin Per Tank, 10% Crosslinked Resin, 1,200,000 Grains Capacity Per Regeneration, 600lbs Salt Per Regeneration. Face Piping, Diaphragm Valve Nest, Aquamatic Series V42 Valves, 3 Service Valves, 1.25 Regeneration Valves, Galvanized Pipe And Fittings, Pressure Gauges & Sample Cocks, System Control Existing Plc In Ro Main Panel, Solenoid Panel For Connection To Existing Plc (polycarbonate Enclosure). Meter 1x Signet Paddlewheel Flow Sensor W/electronic Pick-up, Installation Fitting, 3 Iron Saddle. 5.1 Task 2 Brine-measuring Tank
brine Measuring Tank, 42 X60 Polyethylene Brine Tank Assembly, 2x Level Switches, Aquamatic Valves And Fittings, Control Panel For Refill From Existing Outdoor Brine Silo. 5.2 One Year Parts And Labor Warranty
all Components To Include One-year Parts And Labor Warranty 5.3 Freight
vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In New Water Softerner. Contractor To Furnish Va With Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 5.6 Shop Drawings shop Drawings To Include All Dimensions Of System Components.
shop Drawings To Include Technical Specifications Of All System Components Including, But Not Limited To:
unit Voltage/amperage Requirements
unit Plumbing Requirements. 6. Performance Monitoring
the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service.
7. Security Requirements
contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted.
9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work.
10. Place Of Performance. the Place Of Performance building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance
the Period Of Performance Shall Be No More Than 120 Days From The Issuance Of The Notice To Proceed By The Contracting Officer.
9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-7, System For Award Management (oct 2018)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror, (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
far 52.225-2, Buy American Certificate (oct 2022)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html (far) And
http://www.va.gov/oal/library/vaar/index.asp (vaar)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
vaar 852.273-70, Late Offers (nov 2021)
(end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.225-1, Buy American Supplies (oct 2022)
vaar 852.203-70, Commercial Advertising (may 2018)
var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59)
all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact
to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov
the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333310 Commercial And Service Industry Machine Manufacturing. The Small Business Size Standard Of 1,000 Employees. The Fsc/psc Is 4610 Water Purification Equipment. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Chillicothe Va Medical Center Located At 17273 State Route 104, Chillicothe, Ohio 45601 Has A Requirement For A Commercial Brand Name Or Equal Water Softener And Controls For Use At Boiler Plant. This Procurement Will Also Include Removal Of The Existing Equipment, Installation, And Training Of The Newly Purchased Water Softener System. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. all Interested Companies Shall Provide Quotes For The Following: item description
qty
price 1
model Bk-ds-lwt-3-1200 Twin Alternating Softener 1
â
2
installation
1
â
3
old Unit Decommissioned And Disposed In Specified Area At Facility 1
â
4
training On Use Of Equipment And Maintenance
â
â
5
warranty â
â statement Of Work (sow) contract Title: Boiler Plant Water Softener background: Building 261, Boiler Plant, Water Softener Is A Critical Part Of Daily Facility-wide Heating Operations. At This Time, The Dual-tank Softener System Is Beyond Expected Serviceable Lifespan And Becoming Unreliable. Furthermore, These Units Require Obsolete Replacement Parts That Are Becoming Increasingly Expensive And Hard To Procure. scope: Contractor To Remove Existing Water Softener Skid And Replace With A New Unit. All Equipment Moves And Phases Of Operations Will Be Documented And Communicated Amongst Vendor And Va Boiler Plant Staff Prior To Beginning. Old Units And All Associated Equipment Will Be Placed In Gravel Area Behind Boiler Plant For Turn-in To Va Logistics Service For Decommissioning/disposal. Vendor Will Provide, Deliver, Un-crate, Inspect, Spot, And Install New Water Softener Tanks, Stands, Brine Measuring Tank, Associated Control Boxes And Cabling, And All Other Water Softener Accessories Supplies Under This Contract. Contractor Will Make All Electrical, Drain, Supply Water, And Other Utility Connections Within 5 Feet Of Softener Skid. Contractor To Conduct Start-up, Performance Verification, And Commissioning. All Components To Be Covered By A 1-year Parts And Labor Warranty. specific Tasks 4.1 Task 1 - Removal Of Existing Equipment 4.1.1 Subtask 1 - Removal Of Existing Water Softener Skid, And All Associated Components. contractor Shall Properly Remove Existing Softener Tanks, Stands, Supply And Drain Piping To Nearest Valve Or Connection To Drain Manifold; And Electrical Wiring To Existing Junction Boxes/disconnect Panels. 4.2 Task 2 - Receive And Install New Equipment 4.2.1 Subtask 1 - Delivery contractor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. All Deliveries To Be Made To: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 4.2.2 Subtask 2 - Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 4.3 Task 3 Provide Staff Training On Equipment 4.3.1 Subtask 1 vendor To Provide Staff Training On Operation Of And Options Included In New Water Softener. Vendor To Furnish Va With Site-specific Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. task 4 - Enterprise Management Controls subtask 1 - Integration Management Control Planning all Work Will Be Coordinated A Minimum Of 5 Working Days In Advance With The Vamc Cor And Maintenance & Operations Supervisor. All Contractor Personnel Will Report To Building 21, Engineering To Sign Into The Facility And Receive Contractor Identification As Well As Any Special Instructions At The Beginning Of Each Workday. Contractor Must Report To B21, Engineering To Sign Out And Report Out At The End Of Each Workday. All Work Will Be Performed Monday-friday (excluding Federal Holidays) Between The Hours Of 0600-1530. Ideally, Work Should Be Scheduled Once Seasonal Plant Loads Begin To Lower (warmer Outside). deliverables: 5.1 Task 1 Twin-tank Alternating Softener plc-allen Bradley 1400 To Be Controlled By Plcs On Adjacent Ro System, Service Flow Rates Per Tank Of 185 Gpm To 230 Gpm, Backwash Flow Rate 60 Gpm. Two 48 X72 Carbon Steel Resin Tanks, 100# Non-code Construction, Interior Holding Two-component Epoxy, Carboline, Hydroplate 1086 4-10mils. Semi-gloss Finish, Off-white, Certified To Ansi/nsf 61. Exterior Polyamidoamine Epoxy, Tnemec N69f, Satin Finish Safety Blue. Four Point Pvc Upper Distributor, Hub/radial Pvc Lower Distributor. Media (per Tank): Support Gravel 1000lbs, 40 Cubic Feet Resin Per Tank, 10% Crosslinked Resin, 1,200,000 Grains Capacity Per Regeneration, 600lbs Salt Per Regeneration. Face Piping, Diaphragm Valve Nest, Aquamatic Series V42 Valves, 3 Service Valves, 1.25 Regeneration Valves, Galvanized Pipe And Fittings, Pressure Gauges & Sample Cocks, System Control Existing Plc In Ro Main Panel, Solenoid Panel For Connection To Existing Plc (polycarbonate Enclosure). Meter 1x Signet Paddlewheel Flow Sensor W/electronic Pick-up, Installation Fitting, 3 Iron Saddle. 5.1 Task 2 Brine-measuring Tank
brine Measuring Tank, 42 X60 Polyethylene Brine Tank Assembly, 2x Level Switches, Aquamatic Valves And Fittings, Control Panel For Refill From Existing Outdoor Brine Silo. 5.2 One Year Parts And Labor Warranty
all Components To Include One-year Parts And Labor Warranty 5.3 Freight
vendor To Pay Freight To A High Dock Location. Delivery Address: chillicothe, Ohio Veterans Affairs Medical Center
warehouse
17273 State Route 104
chillicothe, Ohio 45601 vendor Shall Coordinate With Cor For Any Advance Deliveries And Storage. Contractor Responsible For Uncrating Any Inspection Of All Components And Moving All Equipment Into The Installation Area. Removal Of Existing Equipment Will Not Commence Until All Components Of New System Are Verified As Being On-site. 5.4 Installation installation To Include: placement/installation Of Softener Skid And Accessories Inside Building. Contractor Is Responsible For Coordinating With Cor To Ensure Steps Are Taken To Protect Interior And Exterior Of Building From Any Contamination Or Damage Related To This Project. electrical Hookup To Existing Electric Service (to Be Within 5 Feet Of Equipment) installation Of Water Supply Plumbing To Existing Valves (to Be Within 5 Feet Of Equipment note: Press-fit (pro-press, Etc.) Style Fittings Are Not Currently Authorized For Use In Va Facilities. All Supply And Drain Plumbing Shall Be Copper Tubing Or Flexible Stainless Steel Braided Lines. Connections Shall Be Soldered Or Threaded Joints. start Up, Commissioning, Verification Of Proper System Operation removal Of All Packaging Materials/site Cleanup 5.5 Staff Training vendor To Provide Staff Training On Operation Of And All Options Included In New Water Softerner. Contractor To Furnish Va With Operating And Service Manuals Either Digitally Or Hard Copy For Equipment. 5.6 Shop Drawings shop Drawings To Include All Dimensions Of System Components.
shop Drawings To Include Technical Specifications Of All System Components Including, But Not Limited To:
unit Voltage/amperage Requirements
unit Plumbing Requirements. 6. Performance Monitoring
the Request Is For Goods To Be Delivered, Installed And Operation Verified. When/if The Equipment Malfunctions, A Minimum 1-year Warranty Will Cover Service And Labor To Repair Defects Of The Equipment. Vamc Cor Will Be Responsible For Overseeing Project. Final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With Maintenance & Operations Supervisor And Chief, Engineering Service.
7. Security Requirements
contractor Will Not Require Access To Va Sensitive Information To Fulfill The Terms Of The Contract. Contractor Will Require Access To The Building And The Related Building Service Equipment During Normal Business Hours. 8. Government-furnished Equipment (gfe)/government-furnished Information (gfi). vamc Engineering Service To Provide Suitable Electrical Disconnect To Within Five (5) Feet Of Final Electrical Termination Points. Vamc Engineering Service To Provide Suitable Valve For Water Supply Withing Five (5) Feet Of Water Supply Connection Point. Lock Out/tag Out To Be Coordinated With Va Cor Prior To Start Of Project. 9. Other Pertinent Information Or Special Considerations. vendor Responsible For Receiving, Uncrating, And Inspection Of All Equipment Deliveries. final Acceptance Of Completed And Installed Unit To Be Determined By Vamc Cor In Coordination With The Maintenance & Operations Supervisor And Chief, Engineering Service. Vendor To Provide, At A Minimum, A Warranty Of One (1) Year Parts And One (1) Year Labor On All Components Of The Completed And Assembled Unit. A. Packaging, Packing And Shipping Instructions. no Unique Shipping Requirements. Deliver Equipment Without Damage. B. Inspection And Acceptance Criteria. delivery Will Be Accepted Or Rejected At The Vamc Warehouse. Items Will Be Inspected For Defects By Logistics And Engineering Personnel In Conjunction With Contractor Upon Delivery Prior To Installation. No Work Will Begin Until All Replacement Components Are Onsite And Accepted.
9. Risk Control contractor To Adhere To All Stipulations Determined By The Vamc Infection Control Department, As Included In The Pcra/icra. The Pcra/icra Will Be Furnished By The Vamc Cor Prior To Commencement Of The Work.
10. Place Of Performance. the Place Of Performance building 261, Boiler Plant, Chillicothe Vamc 17273 State Route 104 chillicothe, Ohio 45601 8. Period Of Performance
the Period Of Performance Shall Be No More Than 60 Days From The Issuance Of The Notice To Proceed By The Contracting Officer.
9. Delivery Schedule. contractor Responsible For Receiving, Storage, And Uncrating Of All Equipment Deliveries. all Deliveries To Be Coordinated With The Vamc Cor. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar)
far 52.204-7, System For Award Management (oct 2018)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror, (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
far 52.225-2, Buy American Certificate (oct 2022)
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html (far) And
http://www.va.gov/oal/library/vaar/index.asp (vaar)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
vaar 852.273-70, Late Offers (nov 2021)
(end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.225-1, Buy American Supplies (oct 2022)
vaar 852.203-70, Commercial Advertising (may 2018)
var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59)
all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 7, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact
to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov
the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is February 28, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications Compared To Statement Of Work, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation:
far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021)
(a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation.
(d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ 4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately.
(f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due.
(2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume.
(g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)
1641-1650 of 1654 archived Tenders