Electrical Tenders
Electrical Tenders
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Details: Sources Sought Technical Description For Notifier Brand Fire Alarm Control Panels – Renovate Sijan Hall – Phase One At U.s. Air Force Academy, Colorado
notice Id: W9128f25sm020
introduction
the Us Army Corps Of Engineers, Omaha District Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest And Industry Technologies Available To Support/provide Fire Alarm Control Panels In The Construction Of The Renovate Sijan Hall – Phase One At U.s. Air Force Academy, Colorado.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Include Specifications Regarding The Fire Alarm Control Panels, Or, If Justified By Market Research, A Brand Name Justification And Approval.
usace Intends To Issue One (1) Design-bid-build Construction Contract. The Solicitation Is Anticipated To Be Full And Open Competition. The Magnitude Of Construction Is Expected To Range Between $100,000,000 And $250,000,000.
the Estimated Value Of The Fire Alarm Control Panes Required For This Project Is $125,000 To $225,000.
this Sources Sought Is Specific To The Fire Alarm Control Panels Required For This Project.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
program Background
repair Sijan Hall Will Be A Phased Construction Project That Can Be Constructed Independently And Without Impact To Future Phases. The Focus Is Dividing The Overall Building For The Design And Construction Work Phases. Each Phase Will Include And Not Be Limited To Interior Renovations: Exterior Curtain Wall Replacement, Mechanical, Electrical, Plumbing, Fire Protection, Life Safety, Energy Management, Any Associated Exterior And Utility Work, And Communication Systems Will Be Addressed And Broken Up Into The Phased Standalone Areas To Accommodate The Relocation Of Displaced Cadets And Allowing The Remainder Of The Building To Be Open And Operational As Each Phase Is Being Renovated. No Disruptions To Functions Will Be Permitted To The Phases And Portions Of The Building That Are Not Being Constructed.
phase 1 Also Includes Installing Isolation Valves And Bypass Capability On The High Temperature Hot Water (hthw) System So Each Mechanical And Plumbing Zone Can Be Independently Isolated. The Design Will Show And Provide Contractor Laydown Areas For All Phases, And The Energy Management Control System (emcs) Will Be Sub-metered To Include A Btu Meter For Each Mechanical Zone.
facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements, Ufc 1-200-02, High Performance And Sustainable Building Requirements, And Ufc 3-600-01, Fire Protection Engineering For Facilities. Each Facility Must Be Compatible With Applicable Dod, Air Force, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified.
required Capabilities
the Government Requires Fire Alarm Control Panels For This Project. The Intent Of This Sources Sought Is To Assess The State-of-the Art Of The Technology Available In In The Fire And Mass Notification Systems That Could Be Applied To Meet This Requirement.
non-developmental Item. The Fire Alarm Control Panels Must Be A Non- Developmental Item To The Maximum Extent Possible.
qualification. The Fire Alarm Control Panels Must Be Qualified And Demonstrate Compliance To The Air Force Compliance Requirements Equivalent To The Notifier Brand Fire Alarm Control Panels And All Associated Components. Additionally, Any Proposed Alternative Products Must Comply With The Attached Draft Specification Section 28 31 76, Interior Fire Alarm And Mass Notification System, Addressable. Proof Of Qualification Should Be Addressed In The Response With Adequate Technical Detail To Show How The Alternate Product Would Integrate With The Existing Notifier Product Line And How The Product Complies With The Referenced Specification.
maintenance, Inspection And Repair. The Government Desires A Fire Alarm Control Panel With Minimal Maintenance And Inspection Requirements At The Organizational Level. The Fire Alarm Control Panel Should Be Easily Repairable For Deployed Units. Interested Vendors Should Provide Information On Product Warranties, Repair Technician Availability, And Repair Response Times For Their Products.
special Requirements
any Resulting Contract Is Anticipated To Have A Security Classification Level Of Controlled Unclassified Information (cui). Any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment (10 U.s.c. 2533a And 2533b) In Accordance With Dfars Clauses 252.225-7008 And 252.225-7009.
eligibility
the Applicable Naics Code For The Construction Project Is 236220 – Commercial And Industrial Building Construction With A Small Business Size Standard Of $45m. The Product Service Code (psc) Is Y1fz – Construction Of Other Residential Buildings.
the Applicable Naics Code For Fire Alarm Control Panels Is 561621, Security Systems Services (except Locksmiths With A Small Business Size Standard Of $25,000,000 Annual Revenue. The Product Service Code Is N063 - Installation Of Equipment-alarm, Signal, And Security Detection Systems.
submission Details
interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten (10) 8.5 X 11-inch Pages, Font No Smaller Than 10 Point) Demonstrating Ability To Provide The Products/systems Listed In This Technical Description. Documentation Should Be In Bullet Format. No Phone Or Email Solicitations With Regards To The Status Of The Rfp Will Be Accepted Prior To Its Release.
note: The Government Only Intends To Award One Construction Contract (with Or Without The Inclusion Of Brand Name Equipment), Because Of This Market Research. The Government Does Not Intend To Issue A Stand-alone Contract For Fire Alarm Control Panels Because Of This Market Research.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, Scott Dwyer In Either Microsoft Word Or Portable Document Format (pdf), Via Email Scott.dwyer@usace.army.mil No Later Than 12:00 P.m. Central Time On 05 March 2025 And Reference This Synopsis Number In Subject Line Of E-mail And On All Enclosed Documents. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: 1) Organization Name, Address, Primary Points Of Contact (pocs) And Their Email Address, Web Site Address, Telephone Number, And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
Closing Date5 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Effective: September 30, 2024
this Is A Total Small Business Set-aside In Accordance With Far 13.003 (b)(1) On A Firm-firm Fixed-price (ffp) Basis.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 334418, With A Small Business Size Standard Of 750 Employees The Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 5998.
the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase The Following:
full Turnkey Circuit Boards (qty: 5); Brand Name: Aapcb, Advanced Assembly; Assembly Part#: Mini Skyfish Wing; Assembly#: B130229; See Specifications:
(update: 02/5/2025, 1:34pm): Electrical Testing Of The Bare Pcb Board Before Assembly Is Required.
(update: 2/5/2025, 1:15pm): Nist Registration Is Not Required, Please Contact Yina.brooks.civ@us.navy.mil To Receive The Technical Data Required To Submit A Quote. Offerors Must Be Sdvosb Certified By Sba For Continued Consideration.
board Specifications:
layers: 12
material: Normal Fr-4 Tg 170-180
thickness: 0.062
finish: Enig
mask Color: Green
assembly Specifications:
smt Count: 799
tht Count: 5
line Count: 78
assembly Type: Smt & Tht
panelized: Yes
supplies: Brand Name Or Equal.
items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. Provide A Specification Sheet With All Equal-to Offers.
software/hardware/services:
this Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured.
note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items.
delivery Address:
u.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
**fob Destination Is The Preferred Method**
estimated Delivery Time: __________________
for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company Cage Code, Manufacturer’s Name, And Country Of Origin. All Quotations Shall Be Sent Via E-mail
government Point Of Contact
purchasing Agent Name: Yina Brooks
email: Yina.brooks.civ@us.navy.mil
please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email.
the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations; Therefore, Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And 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:"
exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s).
submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/.
52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions
52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-7, System For Award Management
52.204-16, Commercial And Government Entity Code Reporting
52.204-17, Ownership Or Control Of Offeror
52.204-20, Predecessor Of Offeror
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services – Representation
52.204-27, Prohibition On A Bytedance Covered Application
52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use
52.212-1, Instructions To Offerors-commercial Products And Commercial Services
52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services
52.217-5, Evaluation Of Options
52.219-1, Small Business Program Representations
52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation
52.225-18, Place Of Manufacture
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Ortransactions Relating To Iran—representation And Certifications
52.237-1, Site Visit
52.252-1, Solicitation Provisions Incorporated By Reference
nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror:
1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In Accordance With Far 52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services
52.203-3, Gratuities
52.203-12, Limitation Of Payments To Influence Certain Federal Transactions
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards
52.204-18, Commercial And Government Entity Code Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-21, Basic Safeguarding Of Covered Contractor Information Systems
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal.
52.204-26, Covered Telecommunication Equipment Or Services – Representation
52.204-27, Prohibition On A Bytedance Covered Application
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.219-8, Option To Extend Services
52.217-9, Option To Extend The Term Of The Contract
52.219-28, Post-award Small Business Program Representation
52.232-1, Payments
52.232-8, Discounts For Prompt Payment
52.232-11, Extras
52.232-23, Assignment Of Claims
52.232-39, Unenforceability Of Unauthorized Obligations
52.232-40, Providing Accelerated Payments To Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.243-1, Changes-fixed-price
52.247-34, F.o.b Destination
52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form)
52.249-4, Termination For Convenience Of The Government (services)(short Form)
52.252-2, Clauses Incorporated By Reference
2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services
the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting:
52.204-10
52.209-6
52.219-6
52.219-28
52.219-33
52.222-3
52.222-19
52.222-20
52.222-21
52.222-26
52.222-36
52.222-50
52.223-18
52.225-13
52.232-33
3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Products And Commercial Services Dod Class Deviation 2018-o0021, Commercial Item Omnibus Clause For Acquisitions Using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-o0021
the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation:
252.203-7005, Representation Relating To Compensation Of Former Dod Officials
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation
252.215-7007, Notice Of Intent To Resolicit
252.204-7020nist Sp 800-171 Dod Assessment Requirements.
the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract:
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.204-7003, Control Of Government Personnel Work Product
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.211-7003, Item Unique Identification And Valuation
252.211-7008, Use Of Government-assigned Serial Numbers
252.223-7008, Prohibition Of Hexavalent Chromium
252.225-7013, Duty-free Entry
252.227-7015, Technical Data - Commercial Products And Commercial Services
252.227-7037, Validation Of Restrictive Markings On Technical Data
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.239-7010, Cloud Computing Services
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts For Commercial Products Or Commercial Services
252.246-7003, Notification Of Potential Safety Issues
252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
Closing Soon14 Feb 2025
Tender AmountRefer Documents
University Of Aberdeen Tender
Software and IT Solutions...+2Electrical and Electronics, Electrical Works
United Kingdom
Description: Electrical And Data Maintenance Framework - University Of Aberdeen
Closing Date3 Mar 2025
Tender AmountRefer Documents
Dr Juan A Pastor Memorial National High School Ibaan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Repair And Improvement Of Existing Fence Scope Of Work Repainting Of Chb Walls, Concrete Columns, Steel/iron, Plastering And Alignment Of Spalled Concrete, Removal Of Damaged Chb Wall, Chb Laying, Barbwire, Electrical Tubular 2x2 (2.0) Tubular 2x1 (2.0) Epoxy Primer Quick Dry Enamel Black Paint Thinner Laquer Thinner Welding Rod Cement Baby Roller Paint Brush Sand Plywood 1/2 Deformed Bar 12mm Deformed Bar 9mm Tie Wire #16 Tie Wire # 18 Black Screw 1-1/2 Cutting Disk Grinding Disk Slim Nail #2 Sand Paper # 20 Coco Lumber 2x2x12 Versatex Paint Ordinary Nail Labor Services
Closing Soon7 Feb 2025
Tender AmountPHP 520 K (USD 8.8 K)
BARANGAY LANAS, MANGALDAN, PANGASINAN Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Fabrication And Installation Of Streetlights At Brgy. Lanas Mangaldan, Pangasinan , Electrical Systems And Lighting Components ,barangay Lanas, Mangaldan, Pangasinan
Closing Soon10 Feb 2025
Tender AmountPHP 170 K (USD 2.9 K)
Municipality Of San Andres, Romblon Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For: Expanslion Of Level Ii Water System Of Baranggay Agpudlos Agpudlos, San Andres, Romblon The Barangay Government Of Agpudlos, San Andres, Romblon Through Blgsf Fund Intends To Apply The Sum Of One Million, One Thousand Pesos (php1,001,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Project: Expansion Of Level Ii Water System Of Barangay Agpudlos, San Andres, Romblon. Bids Received In Excess Of Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Government Of Agpudlos, San Andres, Romblon, Now Invites Bids For The Project: Expansion Of Level Ii Water System Of Barangay Agpudlos, San Andres, Romblon. Completion Of Works Is Required Within 45 Calendar Days After Issuance Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Is Contained In The Bidding Documents, Particularly, Section Ll Of Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 9ra 9184), Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizen/sole Proprietorship, Or Organization With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Bac Of Barangay Agpudlos, San Andres, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 12:00 Noon And From 1:00 To 5:00pm A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non Refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippines Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Free For The Bidding Document Not Later That The Submission Of Their Bids. The Bac Of Blgu Agpudlos, San Andres, Romblon Will Hold A Pre-bid Conference On February 7, 2025 At 1:00 Pm At The Barangay Hall, Agpudlos, San Andres, Romblon, Which Shall Be Open To All Interested Parties. Bids Must Be Delivered To The Address Below On Or Before February 19, 2024 At 9:00am At Barangay Hall, Agpudlos, San Andres, Romblon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bids Will Be Opened On February 19, 2025 At 9:00 Am At The Barangay Hall, Agpudlos, San Andres, Romblon In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Barangay Government Of Agpudlos, San Andres, Romblon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Barangay Government Of Agpudlos, San Andres, Romblon, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Deborah F. Ibañez Head Bac Secretariat Kgd. Mayolita R. Selosa Bac Chairman Bill Of Quantities Item No. Unit Item Description Quantity B.3 Lot Permitting For Electrical 1 802(2) Lot Surplus Common Excavation 1 900(1) Lot Structural Concrete -28 Days 1 903(1) Lot Forms & Falsework 1 902(1) Lot Reinforcing Steel 1 1002 Lot Plumbing Works 1 1100 & 1101 Lot Conduits, Boxes & Fittings & Wires & Wiring Devices 1
Closing Date24 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
2981-2990 of 9182 active Tenders