Electrical Tenders
Electrical Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n9743f|faa|717-605-7237|karen.m.barlet.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
special Shipping And Marking Instructions|6|x||x||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Led Driver, 1200 Ma .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Led Driver, 1200 Ma Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for P/n Ledd1bcage 0lw43; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace
New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine
if The Item Meets The Minimum Requirements Of This Contract/purchase Order.
p/n: Ledd1b
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Municipality Of Limay, Bataan Tender
Civil And Construction...+4Construction Material, Electrical and Electronics, Pipe Line Project, Electrical Works
Philippines
Description: Supply, Installation And Relocation Of Electrical Main Distribution Line (three Phase) At Saint Francis Ii (petron Elementary School) , Construction Projects ,municipality Of Limay, Bataan
Closing Date21 Feb 2025
Tender AmountPHP 1.5 Million (USD 26.2 K)
BARANGAY NAGHALIN KANANGA LEYTE Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Description: Procurement And Installation Of Solar Street Lights , Electrical Systems And Lighting Components ,barangay Naghalin Kananga Leyte
Closing Soon7 Feb 2025
Tender AmountPHP 870.7 K (USD 14.8 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Requirement Title: Flight Test, Telemetry And Termination (ft3) Flight Test Kit Production
nsn/part Number: Tbd Still In Development Stage
solicitation Number: Fa8214-25s-ft3pd
notice Type: Sources Sought Synopsis
notice: This Is Not A Solicitation But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only.
1.1 The Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Product Service Code Is 14. The Proposed North American Industry Classification Systems (naics) Code Is 336419 Which Has A Corresponding Size Standard Of 1000. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Interested In All Small Businesses To Include 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns. The Government Requests That Interested Parties Respond To This Notice If Applicable And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners.
details
this Synopsis Does Not Constitute A Request For Proposal (rfp), Request For Quotation, Invitation For Bid (ifb), Nor Does Its Issuance In Any Way Restrict The Government As To Its Ultimate Acquisition Approach. The Government Reserves The Right To Set Aside Any Subsequent Acquisition Based Upon Known Sources And/or Responses To This Synopsis. The Government Intends To Establish A New Contract For The Production Of Ft3 Flight Test Kits (replenishment Spares) Used To Support The Air Force Global Strike Command (afgsc) Minuteman Iii Intercontinental Ballistic Missile (mmiii Icbm) Force Development Evaluation (fde) Operational Test Launch (otl) Program.
background
afgsc Conducts The Icbm Operational Test & Evaluation (ot&e) Program In Accordance With Afgsc Instruction 99-102, Icbm Operational Test And Evaluation. The Icbm Ot&e Program Provides Accuracy And Reliability Planning Factors To The Commander, United States Strategic Command, And Evaluates The Operational Effectiveness And Suitability Of System Modifications Or Upgrades Prior To Initial Fielding. The Icbm Ot&e Includes Otls, Which Are Flown From The Western Test Range (wtr) Located At Vandenberg Space Force Base (vsfb), California, And Conducted By The 576th Flight Test Squadron. The Otls, Designated Glory Trips, Consist Of Flight Tests Of Operational Icbms In A Peacetime Environment In As Near To The Operational Flight Environment As Possible From First Stage Ignition To Impact. When Flying On The Wtr, The Operational Missiles Must Be Equipped For Range Tracking, Missile Telemetry, And Flight Termination. The Flight Test Kit Integrates These Capabilities Into One Complete System. Afgsc Is Planning To Conduct Approximately Four Otls Per Year Through The Life Of The Mmiii Icbm Weapon System (~2040).
all Flight Test Kits Must Be Compliant With Range Safety Requirements: Range Commander’s Council (rcc) 319-14(t), Flight Termination Systems Commonality Standard; Rcc 324-11(t), Global Positioning And Inertial Measurements Range Safety Tracking Systems’ Commonality Standard; Rcc 313-01(t), Test Standards For Flight Termination Receivers/decoder; And Afspcman 91-710 (t), Range Safety User Requirements Manual Volume 1 - Air Force Space
command Range Safety Policies And Procedures.
contractor Capabilities
subject To The Government’s Consideration, A Viable Source, Not Already Qualified To Provide The Requisite Product And Services Should Submit A Concise And Program Specific Response, Presenting Sufficient Information To Substantiate They Have Demonstrated The Capability For The Following:
a Flight Test Kit Qualified To The Above-mentioned Requirements And Product Specifications (available Upon Request) For Delivery In Time For First Scheduled Launch, 1 October 2030. The Government Will Not Incur Costs For Any Necessary Development Or Qualification Of The System.
ft3 Flight Test Kit Deliveries Must Support Afgsc’s 5-year Flight Test Schedule With Just-in-time Deliveries 120 Days Ahead Of Scheduled Launch Dates. It Is Anticipated This Schedule Will Continue For The Life Of Mmiii.
delivery Of The Flight Test Kit Consisting Of Four Sub-kits, (1) Integrated Instrumentation System (iis), (2) Electronic Safe And Arm Device (esad) For Downstage Install, (3) Electrical Cable Assembly Set, And The (4) Ordnance To Be Shipped To Four Staging Areas At Vsfb, And Conduct Acceptance Test Procedures.
strict Scrutiny And Emphasis Will Be Placed On The Contractor’s Piece-parts Program, Configuration Management Process, Systems Engineering Process, And Quality Standards To Include Its Subcontractors. Specifically, A Parts Program (5,000+ Piece-parts) Will Avoid Parts Obsolescence Issues, Demonstrate How Quantities Of Parts Are Purchased And How Lots Are Controlled, Part Screening To Detect Any Electrical Or Mechanical Workmanship Defects And Infant Mortality Failure Modes, And Will Accomplish Functional Testing At The Piece-parts And/or Subsystem Level.
maintain That The Government Will Own The Technical Baseline And All Associated Data.
use Of Contractor Logistics Support.
use Of Standard Af And Icbm Enterprise Maintenance Data Collection Systems, Databases And Processes When Necessary.
additional Information
this Sources Sought Synopsis Is Not A Request For Proposals. The Air Force Will Not Pay For Either The Effort Or The Associated Costs To Respond, Or For Any Information Provided.
a Determination By The Government Not To Compete This Proposed Contract Will Be Based Upon Responses To This Sources Sought Synopsis And The Information Received. This Information Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
responses Must Be Received By February 24, 2025, 4:00 Pm Mountain Standard Time To Afnwc/pzbb, Attn: Brad Vargo, 6008 Wardleigh Road, Bldg 1580, Hill Afb, Utah, 84056 Or Bradley.vargo.1@us.af.mil. No Phone Or Fax Requests Will Be Accepted.
if Required, Contact Contracting Officer Listed Below For Additional Information.
points Of Contact:
brad Vargo, Contracting Officer. Phone: 801-775-3700, Bradley.vargo.1@us.af.mil
dennis Pulsipher, Program Manager, Phone: 801-775-2007, Dennis.pulsipher@us.af.mil
Closing Date24 Feb 2025
Tender AmountRefer Documents
City Of Joburg Property Company soc Ltd Tender
Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
South Africa
Description: Request For Proposals To Be Listed In The City Of Joburg Property Company Soc Ltd (jpc) Panel Of Contractors For The Period Of Three (03) Years Strictly For Electrical Engineering Works - Building (eb) Cidb Level 2 To 5
Closing Date28 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Sarangani District Engineering Office Kawas, Alabel, Sarangani Province Invitation To Bid 1. The Dpwh Sarangani District Engineering Office, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of: I. 9,800,000.00 Ii. 9,800,000.00 Iii. 96,500,000.00 Iv. 144,750,000.00 V. 16,166,080.00 Vi. 29,400,000.00 Vii. 5,940,000.00 Viii. 4,950,000.00 Ix. 5,940,000.00 Being The Approved Budgets For The Contract (abc) To Payments Under The Contract For: I. 25me0009 – Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Malungon, Sarangani Province Ii. 25me0010 – Poblacion Nalus Road Leading To Bocay-il Falls; Kiamba, Sarangani Province Iii. 25me0049 – Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Maitum, Sarangani Province Iv. 25me0050 – Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Alabel, Sarangani Province V. 25me0051 – Construction Of Malbang Seawall; Maasim, Sarangani Province Vi. 25me0052 – Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Alabel, Sarangani Province Vii. 25me0053 – Construction Of Maguling Multi-purpose Building, Maguling; Maitum, Sarangani Province Viii. 25me0054 – Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Alabel, Sarangani Province Ix. 25me0055 – Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Glan, Sarangani Province Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: I. Name Of Contract : Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Contract Id No. : 25me0009 Location : Malungon, Sarangani Province Scope Of Works : Concreting Of 435m Length (6.1m Wide X 0.23m Thk. Pccp 2 Lanes = 0.87 Lane Km), With 1m Wide X 0.15m Thk. Pave Shoulder On Both Sides, Concrete Lined Canal, Rcpc And Stone Masonry Slope Protection. Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 121 Calendar Days License Classification General Engineering License Category: C & D (small B) Ii. Name Of Contract : Poblacion Nalus Road Leading To Bocay-il Falls; Contract Id No. : 25me0010 Location : Kiamba, Sarangani Province Scope Of Works : Construction Of Concrete Road, Stone Masonry, Pipe Culvert And Box Culvert Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 120 Calendar Days License Classification General Engineering License Category: C & D (small B) Iii. Name Of Contract : Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Contract Id No. : 25me0049 Location : Maitum, Sarangani Province Scope Of Works : 100mm Thk. Asphalt Overlay Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) Iv. Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Contract Id No. : 25me0050 Location : Alabel, Sarangani Province Scope Of Works : 4-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 2-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 1-layer Concrete Slope Protection W/ U-type Steel Sheet Pile Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) V. Name Of Contract : Construction Of Malbang Seawall; Contract Id No. : 25me0051 Location : Maasim, Sarangani Province Scope Of Works : Construction Of Seawall Structure Approved Budget For The Contract : Php 16,166,080.00 Contract Duration : 130 Calendar Days License Classification General Engineering License Category: C & D (small B) Vi. Name Of Contract : Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Contract Id No. : 25me0052 Location : Alabel, Sarangani Province Scope Of Works : Construction Of 230mm Thk. X 6.70m Wide X 1km Pccp Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 240 Calendar Days License Classification General Engineering License Category: C & D (small B) Vii. Name Of Contract : Construction Of Maguling Multi-purpose Building, Maguling; Contract Id No. : 25me0053 Location : Maitum, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) Viii. Name Of Contract : Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Contract Id No. : 25me0054 Location : Alabel, Sarangani Province Scope Of Works : Construction Of Covered Court Complete With Downspout And Catch Basin; Four Bays Bleachers (as Shown On Plan); Five (5) Bays Bleacher Canopy (one Side Of Court Only); Electrical Works At Cc Area Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days License Classification General Building License Category: C & D (small B) Ix. Name Of Contract : Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Contract Id No. : 25me0055 Location : Glan, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, C & D For General Engineering, General Building And Specialty. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Sarangani District Engineering Office And Inspect The Bidding Documents At Kawas, Alabel, Sarangani Province During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 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: Php 5,000.00 – Item Viii Php 10,000.00 – Item I, Ii, Vii And Ix Php 25,000.00 – Items V And Vi Php 50,000.00 – Items Iii And Iv, And May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of Republic Act 9184 And Its Implementing Rules And Regulations. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Sarangani District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025, 10:00am At Dpwh Sarangani District Engineering Office Conference Room, Kawas, Alabel, Sarangani Province Or Via Zoom, And Youtube Channel, Which Shall Be Open To Prospective Bidders. Zoom: Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani_deo/streams 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_sarangani@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025, 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh Sarangani District Engineering Office Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Electronically Via Zoom Using The Details Above. Late Bids Shall Not Be Accepted. 12. The Dpwh Sarangani District Engineering Office 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. 13. Section 8.5.2 Of The 2016 Revised Irr Of Ra No. 9184 Mandates All Prospective Bidders To Upload In The Philippine Government Electronic Procurement System (philgeps) And Maintain Current And Updated The Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1 (a) Of The Same Irr. 14. Bids Submitted Should Have Its Corresponding Tabbing As Stated In The Checklist Requirements. 15. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh Sarangani Deo 09055530924 Salazar.reuben@dpwh.gov.ph Edward D. Carillo Bac Chairperson Carillo.edward@dpwh.gov.ph January 24 – 30, 2025
Closing Soon12 Feb 2025
Tender AmountPHP 9.8 Million (USD 167.6 K)
Philippine Coconut Authority Tender
Civil And Construction...+2Others, Civil Works Others
Philippines
Details: Description Procurement And Delivery Of Supplies And Materials For The Improvement Of The Molecular Genetics Laboratory, 1st Posting A. Civil Works 1. 170pcs Angle Bar 1/4" X 2 X 2 2. 40 Pcs Angle Bar 3/16" X 2 X 2 3. 20 Bxs Blind Rivet 1/8" X 1/2" 4. 65 Pcs Carrying C Channel 0.02 X 1/2" X 2" X 20' 5. 6 Pcs C-channel 1.2 X 2 X 6 6. 2004bags Cement Class Aa 7. 20 Kls Common Nail 1 1/2" 8. 80 Kls Common Nail 2 1/2" 9. 60 Kls Common Nail 2" 10. 60 Kls Common Nail 3" 11. 120 Kls Common Nail 4" 12. 2700 Pcs Concrete Hollow Blocks 4 X 8 X 16 13. 1020 Pcs Concrete Hollow Blocks 6 X 8 X 16 14. 10 Kls Concrete Nail 4" 15. 66 Pcs C-purlins 2 X 3" X 0.08”x 20' 16. 6 Pcs Cut Off Wheel Cutting Disc 14" 17. 220 Pcs Cutting Disc 4" 18. 15 Pcs Cutting Disc Diamond 4" 19. 40 Pcs Floor Tiles 40 X 40 For Cr Beige Color, Rough 20. 500 Pcs Floor Tiles Granite White 60 X 60, Rough 21. 22 Pcs Grinding Disc 4" 22. 110 Pcs Hardilite Ceiling Board 1/4" X 4' X 8' 23. 20 Pcs Long Span Sheet Color Roof White 0.08 X 1 X 14.40 24. 280 Pcs Metal Furring 1/2" X 2" X 20' 0.02 25. 6 Rolls Nylon #80 26. 55 Pcs Phenolic Board 3/8" X 4' X 8' 27. 30 Pcs Plain Round Bar 10mm 28. 642 Pcs Reinforced Bars 10mm X 6m 29. 360 Pcs Reinforced Bars 12mm X 6m 30. 338 Pcs Reinforced Bars 16mm X 6m 31. 6 Units Shovel (spade) 32. 320 Pcs Spandrel Fascia Board 6"x 1.80m 33. 6 Pcs Stainless Steel Sheet 1/16" X 4' X 8' 34. 5000 Pcs Tex Screw 2" 35. 2 Pcs Tex Screw Adaptor 8mm 36. 80 Kls Tie Wire Gi #16 37. 15 Kls Tile Adhesive 38. 10 Pcs Turn Buckle 10mm 39. 80 Pcs Wall Angle 0.02 X 1 X 1 X 10' 40. 378 Pcs Wall Tiles 20 X 40 For Cr Beige Color, Smooth 41. 500 Pcs W-clam Std Gi (w-cup) 3" 42. 230 Kls Welding Rod #12 Straight Polarity Jis Standard 13mm Diameter X-x-x-x-x B. Painting Works 43. 12 Pcs Baby Roller 4", Cotton 44. 2 Cans Lamp Black Nalcrete 45. 10 Pcs Paint Brush 1" 46. 12 Pcs Paint Brush 2" 47. 10 Gals Primer White Latex 48. 34 Gals Primer White Nalcrete 49. 21 Pcs Roller Brush 7" With Tray 50. 10 Gals Semi Gloss White Latex 51. 40 Gals Semi Gloss White Nalcrete 52. 12 Qrts Tinting Color Hansa Yellow 53. 12 Qrts Tinting Color Nalcrete 54. 12 Qrts Tinting Color Raw Sienna Nalcrete X-x-x-x-x C. Electrical Works 55. 30 Pcs Duplex Universal Convenience Outlet 3 -gang 56. 2 Units Ceiling Exhaust Fan 10" With Duct Hose, At Least 3 Meters 57. 1 Liter Electrical Contact Grease 58. 1 Pc Entrance Cap Weather Head Clamp Type / Threaded Type 2" 59. 1 Assembly Panel Board Assembly 1 Main 300a, 15 Branches: 30a Each, Plug In Type Three Phase 220v 60. 85 Pcs Pin Light 18w Daylight 220v 61. 12 Pcs Pin Light 18w Warm Light 220v 62. 8 Pcs Pvc Short Elbow 1" X 90 Degree 63. 5 Pcs Pvc Pipe 1" Orange 64. 32 Pcs Pvc Pipe 1/2" Orange 65. 15 Pcs Pvc Long Elbow 1/2 X 90" 66. 15 Pcs Pvc Short Elbow 1/2" 90 Degree 67. 15 Pcs Pvc Utility Box With Screws 68. 1 Pc Rac Pipe 2" Dia. 69. 8 Pcs Rubber Tape 70. 1 Set Secondary Rack 3-phase With 3 Ceramic Spool 71. 8 Pcs Solderless Connector Pure Copper 175mm 72. 22 Pcs Square Box #6 73. 4 Rolls Thhn Stranded Wire #10 74. 11 Rolls Thhn Stranded Wire #12 75. 12 Rolls Thhn Stranded Wire #14 76. 300 Mtrs. Thhn Stranded Wire 60 Mm2 77. 3 Pcs Track Light Set Warm Light 10w 220v X-x-x-x-x D. Plumbing Works 78. 2 Pcs Angle Valve 1/2 X 1/2 X 1/2 79. 2 Sets Bidet, Aluminum 80. 2 Pcs Faucet Wall Type (brass) 81. 2 Sets Floor Drain 4 X 4 Anti Odor 82. 2 Pcs Gooseneck Tap Type (chrome) 83. 4 Pcs Ppr Ball Valve 1/2" 84. 6 Pcs Ppr Coupling 1/2" 85. 4 Pcs Ppr Coupling Reducer 1 X 1/2 86. 24 Pcs Ppr Elbow 1/2 X 90° 87. 8 Pcs Ppr Female Adaptor 88. 8 Pcs Ppr Female Elbow 1/2" 89. 12 Pcs Ppr Male Adaptor 90. 3 Pcs Ppr Pipe 1" 91. 15 Pcs Ppr Pipe 1/2 92. 12 Pcs Ppr Tee Plain 1/2 93. 6 Pcs Ppr Union Patent Plain 1/2" 94. 2 Sets P-trap 2" 95. 1 Pc Pvc Cleanout 4" 96. 2 Pcs Pvc Sanitary Clean-out 2" 97. 2 Pcs Pvc Sanitary Clean-out 4" 98. 4 Pcs Pvc Sanitary Elbow 2" X 45 99. 16 Pcs Pvc Sanitary Elbow 2" X 90 100. 6 Pcs Pvc Sanitary Elbow 4 X 90 101. 6 Pcs Pvc Sanitary Pipe Orange 2" Series 1000 102. 4 Pcs Pvc Sanitary Pipe Orange 4" Series 1000 103. 4 Pcs Pvc Sanitary Wye 4" 104. 2 Pcs Pvc Sanitary Wye Reducer 4 X 2 105. 1 Qrt Pvc Solvent 106. 2 Pcs Shower Head With Arm 107. 2 Pcs Shower Valve 108. 6 Rolls Teflon Tape 1" 109. 2 Sets Water Closet With Complete Accessories X-x-x-x-x *delivery Place: Pca-zamboanga Research Center San Ramon, Barangay Talisayan, Zamboanga City *deadline For Submission And Receipt Of Bids: February 17, 2024, At 1:00pm *opening Of Bids: February 17, 2024, At 1:30pm *venue: Zrc Conference Hall, Pca-zamboanga Research Center, San Ramon, Barangay Talisayan, Zamboanga City
Closing Date17 Feb 2025
Tender AmountPHP 2.8 Million (USD 48 K)
Municipality Of Virac , Catanduanes Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Municipal Government Of Virac, Intends To Apply The Sum Shown Below Being The Approved Budget For Contract (abc) To Payments Under The Contract/project Below. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. The Municipal Government Of Virac, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project/s: Name Of Project/contract/ Activities Location/ Department Brief Description Approved Budget For The Contract Contract Duration/ 1. Id No. Inf-01-25-014 – Road Concreting Del Rosario Street, Palta Big, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Construction Of 106.00 I.m. P.c.c.p P1,000,000.00 20% Ldf – Cy 2025 60 Cal. Days 2. Id No. Inf-01-25-015 – Road Reblocking Candelaria Street, Hawan Ilaya, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain & Subbase And Base Course, Surface Courses, & Slope Protection P700,000.00 20% Ldf – Cy 2025 45 Cal. Days 3. Id No. Inf-01-25-016 – Road Reblocking San Roque, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course & Surface Courses P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 4. Id No. Inf-01-25-017 – Demolition Of Three (3) Buildings (back Of Old Municipal Building) Lgu Compound, Salvacion, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Structures And Obstruction & Formworks And Falseworks P650,000.00 20% Ldf – Cy 2025 30 Cal. Days 5. Id No. Inf-01-25-018 – Construction Of Drainage System Gogon Sirangan, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Construction Of 38.40 I.m. Lined Canal P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 6. Id No. Inf-01-25-019 – Road Concreting Sitio Pamayang, Capilihan, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Surface Courses P500,000.00 20% Ldf – Cy 2025 45 Cal. Days 7. Id No. Inf-01-25-020 – Construction Of Child Protection Unit – Phase I Community Hub, San Isidro Village, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical & Sanitary / Plumbing Works, Plain & Reinforced Concrete Works P1,000,000.00 20% Ldf – Cy 2025 60 Cal. Days 8. Id No. Inf-01-25-021 – Rehabilitation / Improvement Of Comfort Room Virac Sports Center, Rawis, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Demolition Works, Installation Of Doors & Windows, Tileworks, Painting Works, Electrical Works, Plumbing Works P600,000.00 20% Ldf – Cy 2025 30 Cal. Days Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. The Bidders Is A Filipino Citizens/sole Proprietorships, Partnerships, Or Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To The Citizens Of The Philippines. The Description Of An Eligible Bidder Contained In The Bidding Documents, Particularly In Section Ii. Instruction To Bidders. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee (see Below For Schedule) To The Municipal Treasurer’s Office Cashier. Project Worth/abc Amount 1. 500,000 And Below 500.00 2. More Than 500,000 Up To 1 Million 1,000.00 3. More Than 1 Million Up To 5 Million 5,000.00 4. More Than 5 Million Up To 10 Million 10,000.00 5. More Than 10 Million Up To 50 Million 25,000.00 6. More Than 50 Million Up To 500 Million 50,000.00 7. More Than 500 Million 75,000.00 The Complete Schedule Of Bac Activities Is Listed As Follows: Activities Schedule 1 Pre-procurement Conference January 22, 2025 @ 2:00 P.m. 2 Issuance And Availability Of Bidding Documents January 24 – February 13, 2025 3 Pre-bid Conference January 31, 2025 @ 2:00 P.m. 4 Opening Of Bids And Eligibility Check February 13, 2025 @ 2:00 P.m. 5 Bid Evaluation February 14 – 17, 2025 6 Post Qualification February 18 – 24, 2025 7 Approval Of Bac Resolution/issuance Of Notice Of Award February 24 – 25, 2025 8 Contract Preparation And Signing / Notice To Proceed February 26 – 27, 2025 All Prospective Bidders Shall Be Subject To Eligibility Check, Screening By The Bac For Purposes Of Determining Whether They Are Eligible To Participate In The Bidding Process Using Non-discretionary “pass/fail” Criteria. Further, All Bids That Have Been Passed The Eligibility Shall Be Preliminary Examined And Shall Undergo A Detailed Evaluation Based On The Extent Of Their Compliance With The Technical And Financial Proposals. Furthermore, Bids That Have Been Rated “passed” During The Opening And Preliminary Examination Thereof Shall Be Post Evaluated To Verify And Validate The Legal, Technical And Financial Requirements Of The Bid, And To Determine Whether The Bidder Complies And Is Responsive To All The Requirements And Conditions For Eligibility And The Bidding Of The Contract. Interested Bidders May Secure And Shall Only Be Issued Eligibility Requirements And Bid Documents From The Bac Secretariat Before The Scheduled Date Of Eligibility Check And Opening Of Bids Upon Payment Of The Corresponding Non-refundable Amount Therefore Before The Office Of The Municipal Treasurer/cashier In Accordance With The Standard Rates Set Forth Under Guidelines On The Sale Of Bidding Documents (handbook On Philippine Government Procurement – (the 2016 Revised Implementing Rules & Regulations Of Republic Act No. 9184 Otherwise Known As The Government Procurement Reform Act.) The Municipal Government Of Virac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. Virac, Catanduanes, January 23, 2025 For Further Information, Please Refer To: Michael O. Guerrero Senior Administrative Assistant Iii Head, Bac Secretariat Bac Office Lgu-virac Compound Virac, Catanduanes Engr. Jose S. Rama, Jr. Municipal Assessor Bac Chairman Noted: Samuel V. Laynes Municipal Mayor Date Of Postings: January 24 – 30, 2025 Posted At Philgeps, Municipal Hall, Provincial Capitol & Virac Public Market Bulletin Board
Closing Soon13 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
BARANGAY POBLACION 1 DARAM SAMAR Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Description: Installation Of Solar Street Light , Electrical Systems And Lighting Components ,barangay Poblacion 1 - Daram Samar
Closing Soon7 Feb 2025
Tender AmountPHP 196.1 K (USD 3.3 K)
6081-6090 of 9770 active Tenders