Electrical Work Tenders

Electrical Work Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Barangay Haguimit, Santa Cruz, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 6,924,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0051 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Barangay Haguimit, Santa Cruz, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Barangay Haguimit, Santa Cruz, Marinduque Contract Id No. : 25ea0051 Locations : Brgy. Haguimit, Santa Cruz, Marinduque Scope Of Works : Construction Of 13 Columns And 5 Footings; Footing Tie Beams; Floor Beams; Roof Beams; Slab On Fill; Wallfootings; Suspended Slab; Stairway; Roof Framing And Roofing Works. It Also Includes Concrete Gutter; Complete Sets Of Doors And Windows; Painting Works; Ceiling; Formworks; Plumbing Works; 100mm And 150mm Chb Walls; Cement Plaster Finish; Waterproofing; Tile Works; Railings; Fire Escape Ladder; Airconditioning Units; Electrical Works And Solar Panel With Inverter, Battery And Other Devices; Zoning Fee/locational Clearance, Professional Fee, Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 6,924,000.00 Contract Duration : 175 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From Theprs 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). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 07-28, 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 10,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_mdk0ywu2ztgty2i3ys00n2u5ltgxymitnzvjnja3mwe4y2fk%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 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 Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 28, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 07, 2025
Closing Date28 Jan 2025
Tender AmountPHP 6.9 Million (USD 118 K)

YOUTH COUNCIL OF BARANGAY BATONAN NORTE Tender

Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Details: Description A. Form Works And Accessories 1 40 2" X 2" 8" Coco Lumber Pcs 90.00 3,600.00 2 4 1/4" X 4" X8" Ord. Plywood Pcs 420.00 1,680.00 3 30 Bamboo Poles Pcs 120.00 3,600.00 4 5 Assorted Cwn Kgs 80.00 400.00 5 1 #16 Tie Wires Roll 2,000.00 2,000.00 B. Reinforced Concerete Works 6 12 Graded Gravel Cu.m 650.00 7,800.00 7 6 Fine Sand Cu.m 650.00 3,900.00 8 110 Portland Cement Bags 250.00 27,500.00 9 157 16mm Dia X 6m Rsb Pcs 360.00 56,520.00 10 65 12mm Dia X 6m Rsb Pcs 220.00 14,300.00 11 138 10mm Dia X 6m Rsb Pcs 180.00 24,840.00 12 5 "#16 Tie Wires (1.0mm X 3.0m X 1.00m Steel)" Kgs 100.00 500.00 13 9 Deck Pcs 2,000.00 18,000.00 C. Walls And Partitions 14 54 Portland Cement Bags 250.00 13,500.00 15 1100 4" X 8: X 16" Chb Pcs 15.00 16,500.00 16 5 Fine Sand Cu.m 650.00 3,250.00 17 68 10mm Dia X 6m Rsb Pcs 180.00 12,240.00 D. Steel And Transmitting Works 16 11 " 0.40mm Thk X 1.0m X 6.40m Pre-painted Long Span G.i Sheets " Pcs 1,130.00 12,430.00 17 12 "1.2mm X 50m X 100mm C. Purlins" Pcs 640.00 7,680.00 18 8 "6mm X 50mm X 150mm X 6m Tubular Pipe" Pcs 1,800.00 14,400.00 19 15 "12mm X 300mm X 2.40m Facia Board" Pcs 420.00 6,300.00 20 15 3/8" X 1"x1" X 6m L-bar Pcs 500.00 7,500.00 21 10 Welding Rod Kgs 150.00 1,500.00 22 3 Roof Sealant Lit 400.00 1,200.00 23 4 Tecks Screw Box 500.00 2,000.00 24 2 Blind Revits Box 400.00 800.00 25 1 Roof Sealant Lit 400.00 400.00 26 2 Metal Primer Gal 520.00 1,040.00 E. Doors And Glass Works 27 1 0.8 M X 2.1 M Wooden Panel Door W/ Jambs Unit 10,200.00 10,200.00 28 1 1.2m X 2.4m Analok Framed Sliding Window Set 7,800.00 7,800.00 29 2 0.60m X M0.60m Analokl Framed Awning Window Sets 1,200.00 2,400.00 30 2 0.7m X 2.1m Pvc Flush Door W/ Jambs Unit 2,700.00 5,400.00 31 3 Door Knob Set 600.00 1,800.00 32 2 1.2m X 2.4m Analok Framed Sliding Window Set 7,800.00 15,600.00 33 3 2"x3/12" Butterfly Hinges Pair 120.00 360.00 E. Electrical Works 34 8 4x4 Porcelain Receptacle Pcs 60.00 480.00 35 8 18w Led Capsule Bulb Pcs 175.00 1,400.00 36 5 2 Gang C.o W/ Plate Pcs 120.00 600.00 37 2 2 Gang Switch W/ Plate Pcs 80.00 160.00 38 3 2 Gang Switch W/ Plate Pcs 120.00 360.00 39 1 3.5mm2 Thhn Wire Box 4,500.00 4,500.00 40 1 2.0mm2 Thhn Wire Box 3,500.00 3,500.00 41 4 Junction Box Pcs 40.00 160.00 42 8 Utility Box Pcs 30.00 240.00 43 12 20mm Dia Electrical Conduit Pcs 110.00 1,320.00 44 5 Electrical Tape Roll 45.00 225.00 F. Plumbing Works 45 2 Water Closet W/ Sink Complete W/ Bathroom Accessories Set 12,000.00 24,000.00 46 8 13mm X 1.50m Pvc Pipe Length 90.00 720.00 47 2 Pvc Faucet Set 120.00 240.00 48 2 Stainless Floor Drain Pcs 120.00 240.00 49 2 Solvent Cement 200cc 120.00 240.00 50 4 50mm Dia Pvc Sanitary Pipe Pcs 270.00 1,080.00 51 4 50mm Dia Pvc Elbow Pcs 45.00 180.00 52 3 100mm Dia Pvc Sanitary Pipe Pcs 730.00 2,190.00 53 4 100mm Dia Pvc Elbow Pcs 90.00 360.00 54 2 Teflone Tape Roll 60.00 120.00 Amount: ₱351,255.00
Closing Date10 Jan 2025
Tender AmountPHP 351.2 K (USD 6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Completion Of Multi-purpose Building (phase 2), Barangay Ino, Mogpog, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 3,954,800.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0050 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Completion Of Multi-purpose Building (phase 2), Barangay Ino, Mogpog, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Completion Of Multi-purpose Building (phase 2), Barangay Ino, Mogpog, Marinduque Contract Id No. : 25ea0050 Locations : Brgy. Ino, Mogpog, Marinduque Scope Of Works : Construction Of 30 Columns And Footings; Roof And Roof Framing For Canopy; Bleachers; Septic Tank; Angular Fence; Comfort Rooms. It Also Includes Stainless Steel Railings; Complete Sets Of Doors And Windows; Painting Works; Formworks; 100mm And 150mm Chb Walls; Cement Plaster Finish; Floor Finish; Tileworks; Ceiling Works; Plumbing Works; And Electrical Works. Including Zoning Fee/locational Clearance, Professional Fee, Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 3,954,800.00 Contract Duration : 110 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From Theprs 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). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 07-28, 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. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_mdk0ywu2ztgty2i3ys00n2u5ltgxymitnzvjnja3mwe4y2fk%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 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 Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 28, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque 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. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 07, 2025
Closing Date28 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Finishing And Other Civil Works 1007(1)a Aluminum Framed Glass Door(sliding Type) Sq.m. 6.30 1008(1)c Aluminum Glass Windows(awning Type) Sq.m. 0.72 1051(8) Railing L.s. 1.00 1018(1) Glazed Tiles And Trims Sq.m. 118.79 1018(2) Unglazed Tiles Sq.m. 10.35 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 93.30 1032(1)a Painting Works (masonry/concrete) Sq.m. 541.14 1002(27) Plumbing Works L.s. 1.00 Total Cost (part A) Carried To Summary Php Part B Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breaker L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part B) Carried To Summary Php Part C Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part C) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Two Hundred Sixty-nine Thousand Four Hundred Forty-eight Pesos And Thirty-six Centavos (php 49,269,448.36) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-30-25 Name Of Project : Various Spip 5 Location : Sanchez Mira, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Bangan Spip, Nagrangtayan Spip, And Gammaru Spip, Sanchez Mira, Cagayan Approved Budget For The Contract : Php 49,269,448.36 Slcc (atleast To 50% Of Abc) Php 24,634,724.18 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date6 Jan 2025
Tender AmountPHP 49.2 Million (USD 848.9 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Fifty-two Thousand One Hundred Sixty-five Pesos And Thirty Centavos (php49,452,165.30) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-33-25 Name Of Project : Liwan Spip Location : Enrile, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Liwan Norte Spip(1 Unit), Liwan Sur Spip(2 Units), Enrile, Cagayan Approved Budget For The Contract : Php 49,452,165.30 Slcc (atleast To 50% Of Abc) Php 24,726,082.65 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.6 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Three Hundred Seventy-one Thousand Nine Hundred Eighty- Seven Pesos And Forty-eight Centavos (php 49,371,987.48) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-31-25 Name Of Project : Warat Spip Phase 3 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Warat Spip Phase 3, Piat, Cagayan Approved Budget For The Contract : Php 49,371,987.48 Slcc (atleast To 50% Of Abc) Php 24,685,993.74 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date6 Jan 2025
Tender AmountPHP 49.3 Million (USD 850.7 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Twenty-seven Thousand Sixty-one Pesos And Fifty-one Centavos (php49,427,061.51) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-32-25 Name Of Project : Various Spip 9 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Minanga Spip, Villa Rey Spip, And Villa Reyno Spip, Piat, Cagayan Approved Budget For The Contract : Php 49,427,061.51 Slcc (atleast To 50% Of Abc) Php 24,713,530.76 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.2 K)

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

U S COAST GUARD USA Tender

Others
United States
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 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, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following: a. Cost Of Labor And Supervision b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To: commanding Officer Procurement & Contracting Miami 16001 Sw 117th Ave miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project. (poc Information Is Below) email: Malcolm.e.holmes@uscg.mil phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island 600 8th Ave. Se st. Petersburg, Fl 33701 point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance. performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For uscg Sector St. Petersburg 600 8th Ave. Se st. Petersburg, Fl 33701 and marine Safety Office Davis Island 1301 Beach Dr. Se, st Petersburg, Fl 33701. part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services: a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier d. All Work Working Equipment Will Be Return To The Unit e. All Damage Equipment Will Be Deposal Of By Contractor. f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work. a. Site Assessment: 1) Conduct A Thorough Assessment Of The Installation Site. 2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services. dcc Timothy Bakels email: Timothy.g.bakels@uscg.mil (727) 824-7599 emc Malcolm Holmes email: Malcolm.e.holmes@uscg.mil (727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses 52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023) 52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024) 52.212-4 Contract Terms And Conditions—commercial Items (oct 2018) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023) 52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference. offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award. vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
3801-3810 of 3866 archived Tenders