Electrical Work Tenders
Electrical Work Tenders
Province Of Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Two Million Five Hundred Thirty Seven Thousand Six Hundred Sixty And 52/100 (php 2,537,660.52) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Molocboloc, Alubijid, Misamis Oriental, Under Purchase No. 0013-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Construction Of Elevated Concrete Tank 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1032(1)a Painting Works (masonry/concrete) Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part C. Water Supply 1201(3) Submersible Multi-stage Deepwell Pump With Control 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602 Installation Of Pipeline Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date30 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.2 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Two Million Five Hundred Thirty Six Thousand Eight Hundred Eighty Three And 15/100 (php 2,536,883.15) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Tubajon, Laguindingan, Misamis Oriental, Under Purchase No. 0015-25 Dated December 26, 2024. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Construction Of Ground Reservoir 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/concrete) Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part C. Water Supply 1002(1)g Galvanized Iron Pipes With Fittings 1201(3) Submersible Multi-stage Deepwell Pump With Control 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602(5) Polyethylene (pe) Plastic Pipes Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 40 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date30 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
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 Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 407.68 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1021(1)c Cement Floor Finish (with Floor Hardener) Sq.m. 70.40 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 97.20 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D 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 Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Two Million Nine Hundred Ninety Six Thousand Four Hundred Sixty Four And 93/100 (php 2,996,464.93) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Rehabilitation Of Water System, Upper Malubog, Manticao, Misamis Oriental, Under Purchase No. 0012-25 Dated January 6, 2025. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Construction Of Intake Box 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks Part B. Construction Of Ground Tank 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1032(1)a Painting Works (masonry/concrete) Part C. Water Supply 1002(1)g Galvanized Iron Pipes With Fittings 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602(5) Polyethylene (pe) Plastic Pipes Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date30 Jan 2025
Tender AmountPHP 2.9 Million (USD 51 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
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 Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 408.17 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 155.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D 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 Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
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 Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 409.93 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1021(1)c Cement Floor Finish(with Floor Hardener) Sq.m. 10.00 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 145.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D 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 Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS DAVAO CITY 3RD DIS Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Ib-cw-026-2025 For 25lk0046 - Construction Of Davao City Sub-deo Equipment Management Division (emd), Panacan, Davao City The Department Of Public Works And Highway Davao City 3rd District Engineering Office, Through The Fy 2025 Dpwh Infrastructure Program Intends To Apply The Sum Of Php. 67,550,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lk0046- Construction Of Davao City Sub Deo Equipment Management Division (emd), Panacan, Davao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Davao City 3rd District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lk0046 Contract Name: Construction Of Davao City Sub-deo Equipment Management Division (emd), Panacan, Davao City Location : Davao City Scope Of Work: Other General Requirements, Earthwork, Reinforced Concrete, Finishings And Other Civil Works, Electrical, Mechanical Approved Budget For The Contract (abc):67,550,000.00 Contract Duration : 300 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License For Size Range Of Atleast Medium A. 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 4:00pm Or At The Dpwh Website. 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao City 3rd District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Davao City 3rd Deo During Weekdays From 8:00 Am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 27, 2024 December 18, 2024 Until 10:00 A.m. From Given 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. 50,000.00. 6. 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. 7. The Department Of Public Works And Highways Davao City 3rd District Engineering Office Will Hold A Pre-bid Conference On December 04, 2024 At 10:00 A.m. At The Conference Room, 2nd Floor,dpwh Davao City 3rd Deo And/or Through Videoconferencing/via Youtube Livestreaming Of The Official Page Dpwh Davao City 3rd Deo Procurement Ls Webcasting Via Zoom,which Shall Be Open To Prospective Bidders. 8. 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 22. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative And Presentation Of Two (2) Valid Identification Issued By Government Institution. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaocity3@dpwh.gov.ph For Electronic Submission On Or Before December 18, 2024 At 10:00 A.m. Bids Received Beyond The Specified Time Shall Be Marked As “late Bid” And Shall No Longer Be Opened. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On December 18, 2024 Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Davao City 3rd Deo And Via Youtube Livestreaming Of The Official Page Dpwh Davao City 3rd Deo Procurement Ls Or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 12. The Department Of Public Works And Highways (davao City 3rd District Engineering Office) Thru Bids And Awards 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 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Junellen G. Cañedo Acting Head, Procurement Unit Dpwh Davao City 3rd District Engineering Office Dpwh-emd Compound, Km. 13, Panacan, Davao City, Region Xi Telephone: (082) 308 – 1138 Email : Canedojg2@dpwh.gov.ph Andrew A. Pangan Bac Chairperson Dpwh Davao City 3rd District Engineering Office Dpwh-emd Compound, Km. 13, Panacan, Davao City, Region Xi Dpwhbac.davaocity3rd@gmail.com Date Of Posting November 27, 2024 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao City 3rd Deo Compound
Closing Date16 Jan 2025
Tender AmountPHP 67.5 Million (USD 1.1 Million)
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Contract Reference No. 03-2025 01/03/2025 Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Invitation To Bid For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Nine Million Five Hundred Ninety-nine Thousand Seven Hundred Eighty-one Pesos And 65/100 (php 9,599,781.65) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Road Concreting At Purok 3, Barangay Pinatilan, Valencia City, Bukidnon With The Following Scope Of Works: Concreting Of Road - 2.5m Width/lane, 0.23m Thick Pccp With Gravel Surface Shoulder - 1m B/s ;'removal And Relocation Of Fibeco Post @stat. 0+037.902 Other General Requirements Project Billboards/signboards Occupational Safety And Health Program Traffic Management Mobilization / Demobilization Removal And Relocation Of Utilities/electrical Pole Civil Works Earthworks Clearing And Grubbing Specifications Unit Cost Total Cost 1 B.5 B.7(2) B.8(2) B.9 B.12 100(1) 1 2 1 1 1 1 0.16 Lot Each Ls Ls Ls Each Ha See Attached Plan And Specifications 9,599,781.65 74,974.51 102(2) 104(1)a 105(1)a 1660.91 215 5600 Cu.m. Cu.m. Cu.m. 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 200(1) 840.00 Cu.m. Surplus Common Excavation Embankment From Roadway Excavation (common Soil) Subgrade Preparation (common Material) Subbase And Base Course Aggregate Subbase Course Surface Courses Gravel Surface Course Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x- X- Total Amount: 300(1) 368.00 311(1)c1 3,970.00 Cu.m. Sq.m. 9,599,781.65 Required Number Of Days For Completion Is 100 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 4, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 10, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 13, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 27, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 27, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Introduction
network Contracting Office 1 (nco 1), Supporting Va New England Healthcare System (visn 1) And The Va Boston Healthcare System (hcs) Is Seeking Potential Sources For An Upcoming Requirement As Described In The Attached Statement Of Work For The Project; Upgrade Visn 1 Laundry Building 45. This Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement.
the Purpose Of This Notice Is To Determine If There Are Qualified Sdvosbs Or Vosbs, Wosbs, And Small Businesses That Have The Experience With This Type Of Work And If Such Firms Are Interested In This Procurement. Once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Bids Or Proposals Will Be Publicized On Sam.gov Contract Opportunities In Accordance With 40 U.s. Code § 1101 And Far 36.601. The Solicitation Is Estimated To Be Released In March 2025.
general Project Description, Magnitude, And Naics
the Va Boston Hcs In Brockton, Ma, Requires A Contractor To All Labor, Equipment, Materials And Supervision For The Renovation And Improvements Of The Visn 1 Laundry, Building 45 For Veterans Affairs Medical Center, Brockton, Massachusetts In Accordance With Contract Documents.
the Renovation Includes Selective Demolition Of All Existing Mechanical, Electrical And Plumbing (mep) Systems, Selective Demolition Of Existing Finishes, Doors, Structural Slab, And Other Existing Items. The Renovation Also Includes The Construction Of Structural Improvements, Doors, Electrical Systems, Hvac Systems, Plumbing Systems, Start-up Of Previously Installed Elevator By Renovating Associated Electrical And Mechanical Components, And Interior And Exterior Finishes. In Addition To The Renovation, The Improvements To Building 45 Include Ensuring Exterior Envelop Around Doors, Windows, And Stair Towers Along With Any Penetrations Are Sealed Properly. Moreover, Renovation Includes Construction Of A Service Platform And Stairs For Dedicated Emergency Generator System. The Focus Of The Project Is To Provide Structural Slab Repairs And Replacement To Sustain Required Laundry Equipment Loads And Vibrations.
this Project Also Requires Specialized Personnel, With Specified Experience, To Assist In The Cqc System Manager For The Following Areas, As Applicable: Electrical, Mechanical, Civil, Structural, Environmental, Architectural, Materials Technician Submittals Clerk, Commissioning Agent/leed Specialist, And Low Voltage Systems. These Individuals Or Specified Technical Companies Are Directly Employed By The General Contractor And Cannot Be Employed By A Supplier Or Subcontractor On This Project; Be Responsible To The Cqc System Manager; Be Physically Present At The Construction Site During Work On The Specialized Personnel S Areas Of Responsibility; Have The Necessary Education Or Experience In Accordance With The Experience Matrix Listed Herein. These Individuals Can Perform Other Duties But Need To Be Allowed Sufficient Time To Perform The Specialized Personnel S Assigned Quality Controls Duties As Described In The Cqc Plan. A Single Person Can Cover More Than One Area Provided That The Single Person Is Qualified To Perform Qc Activities In Each Designated And That Workload Allows.
experience Matrix
area
qualifications
civil
graduate Civil Engineer Or Construction Manager With 2 Years Experience In The Type Of Work Being Performed On This Project Or Technician With 5 Years Related Experience.
mechanical
graduate Mechanical Engineer With 2 Years Experience Or Construction Professional With 5 Years Of Experience Supervising Mechanical Features Of Work In The Field With A Construction Company.
electrical
graduate Electrical Engineer With 2 Years Related Experience Or Construction Professional With 5 Years Of Experience Supervising Electrical Features Of Work In The Field With A Construction Company.
structural
graduate Civil Engineer (with Structural Track Or Focus), Structural Engineer, Or Construction Manager With 2 Years Experience Or Construction Professional With 5 Years Experience Supervising Structural Features Of Work In The Field With A Construction Company.
architectural
graduate Architect With 2 Years Experience Or Construction Professional With 5 Years Of Related Experience.
environmental
graduate Environmental Engineer With 3 Years Experience.
submittals
submittal Clerk With 1 Year Experience.
concrete, Pavement, And Soils
materials Technician With 2 Years Experience For The Appropriate Area.
testing, Adjusting, And Balancing (tab)
specialist Must Be A Member Of Aabc Or An Experienced Technician Of The Firm Certified By The Nebb.
design Quality Control Manager
registered Architect Or Professional Engineer
the Estimated Magnitude Of This Construction Project Is Between $5,000,000.00 And $10,000,000.00. This Information Is Provided Per Vaar 836.204. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. Interested Parties Should Indicate Their Interest To Kyle Kiepke No Later Than 4:00 Pm Est Friday, January 17, 2025, Via Email At Kyle.kiepke@va.gov.
information Sought
a) Sam Unique Entity Id (uei)
b) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e., Amount Not Committed).
c) Experience. Submission Of A Maximum Of Three (3) Recent And Relevant Examples Of Completed Or Substantially Completed (eighty Percent (80%)) Projects Between $5,000,000.00 And $10,000,000.00, Of Similar Scope To The Upgrade Visn 1 Laundry Building 45 Project.
relevant Experience Shall Include Repair And Strengthening Of Existing Heavy Load-bearing Reinforced Concrete Structural Elements (such As Beams, Columns, Slabs, And Foundations) And Structural Framing In Already Completed Building, Cast In Place Concrete (to Include Footing, Pier And Foundation Installation), Reinforced Cmu Wall Installation, Concrete Beam Enlargement, Epoxy Injection Crack Repair, Slab Repair, Underside Slab Repair, And All Other Work Similar In Scope. Recent Is Defined As Completed Within The Last Five (5) Years.
submission Instructions
interested Firms Shall Hold Active Sam Registration. Visit Www.sam.gov To Register In This Database.
sdvosb Or Vosb Firms Shall Be Certified By Veterans Small Business Certification (vetcert) (veterans Small Business Certification (sba.gov).
all Information Must Be Submitted In Sufficient Detail For A Decision To Be Made. Failure To Submit All Information Requested In Addition To The Below Form May Result In A Contractor Not Being Considered As An Interested Concern. If Adequate Interest Is Not Received By 4:00 Pm Est On December 1, 2024, This Action May Not Be Set-aside For Sdvosbs, Vosbs, Wosbs, Or Small Business Firms. Interested Firms Must Reply Via E-mail To Kyle.kiepke@va.gov With The Subject Attention: 36c24125r0008 - Upgrade Visn 1 Laundry Building 45 .
disclaimer
this Sources Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Request That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: The Nevada Air National Guard, 152nd Mission Support Group Contracting Office 1776 National Guard Way Reno Nv 89502 Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest And Industry Technologies Available To Support/provide Professional Artchitect-engineering Services (title I) Necessary To Develop A New Design For The Construction Of The Fuel Cell Hangar At The Nevada Air National Guard Base, Reno, Nv.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement, If A Requirement Materializes. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
objectives Of The Sources Sought
understand The Level Of Interest And Availability Of Potential Vendors That Could Provide The Requested Design Solution.
identify Issues, Roadblocks, And Barriers To Successful Solution Implementations.
obtain Vendor Feedback On If The Vendor Will Utilize Any Subcontractors Or Teaming Arrangements.
identify If A Total Solution Can Be Provided Via Open Market Contractors.
provision Of Other Benefits Of Leveraging A Turnkey Solution.
comments Regarding Any Ambiguities Or Needed Clarifications Of The Draft Technical Specifications.
obtain Vendor Feedback On Any Other Pre-existing Contracts That Might Meet This Need.
program Background
the Fuel Cell Hangar Was Designed In 1997 And Was Constructed In 1999 To Support C-130 Aircraft Maintenance Operations. Since 1997, The Authorized Square Footage (sf) For A C-130 Fuel Cell Hangar Has Increased Due To Safety Requirements, Maintenance Procedures, And Airframe Size. Per Current Ufc, The Buffer Zone Around The Aircraft Nose And Wingtip Is 15 Feet. Currently, The Clearanace At The Nose Is 9 Feet While The Clearance In Front Of The Engines Are 10 Feet To The Nearest Structure. The Fuel Cell Hangar Primarily Supports Two Aircraft Maintenance Functions, Maintenance Dock, And Corrosion Control. The Fuel Cell Maintenance Dock Currently Operates At 83% Of The Authorized Sf. To 1-1-691, Requires Aircraft Be Washed Every 180 Days And At Completion Of An Isochronal Inspection (iso). Aircraft Washing Is Crucial For Nevada’s Aircraft Due To The Fire-retardant Chemical That Is Utilized As Part Of The Modular Airborne Fire Fighting System (maffs). Insufficient Sf In The Maintenance Dock Doesn’t Allow For Ground Cleaning Equipment To Transition Around The Aircraft Without Placing The Main Hangar Door In The Open Position. During The Winter Months, The Open Hangar Door Allows For Freezing Rain And Snow To Deposit On The Maintenance Dock Floor Creating A Safety Hazard And An Extremely Cold Work Environment. Corrosion Control Operates At 55% Of The Authorized Sf. This Sf Shortfall Forces Equipment And Aircraft Parts Be Stored In The Paint And Media Blasting Preparation Area. Equipment And Parts Are Constantly Relocated Outside Of The Facility, Or Placed On The Maintenance Dock Floor To Allow Access To The Preparation Area. Additionally, The Primary Media Blasting Room Is Currently Inoperable Due To A Risk Assessment Code (rac) For Improper “dirty/clean” Transition Zones Per Ufc 4-211-02. All Media Blasting Is Currently Performed In Smaller Self-contained Blasting Cabinets. The Blasting Cabinets Only Accommodate Smaller Parts And Require Additional Operating Space For Parts Handling And Circulation.
required Capabilities
the Government Requires Designs For The Construction Of A New Fuel Cell/corrosion Control Facility Utilizing Conventional Design And Construction Methods To Accommodate The Mission Of The 152nd Aircraft Maintenance Group. Facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Provide Reinforced Concrete Foundation And Floor Slab With Steel Framed Walls And Roof Structure. Include Fire Suppression, Hvac And Electrical Distribution. Exterior Work Includes Pavements, Utilities, Drainage, And Communication Support. Air Conditioning 12 Tons.the A-e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. The A-e Will Need To Work Extensively To Ensure Understanding And Compliance With All Federal, State, And Local Codes, Criteria, And Permitting Requirements. The A-e Must Accomplish The Required Services And Furnish To The Government Reports And Other Data Together With Supporting Material Developed During The Period Of Performance As Set Forth Herein. The A-e Must Provide Services To The Government During Solicitation And Construction Of The Project As They Pertain To Correcting Ambiguities, Errors, Deficiencies, And Omissions In The Design.
special Requirements
any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment (10 U.s.c. 2533a And 2533b) In Accordance With Dfars Clauses 252.225-7008 And 252.225-7009.
eligibility
the Applicable Naics Code For This Requirement Is 541330 With A Small Business Size Standard Of $25.5m. Large And Small Businesses Interest Is Being Requested. The Product Service Code (psc) Is C211.
submission Details
interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten 8.5 X 11 Inch Pages, Font No Smaller Than 10 Point) Demonstrating Ability To Provide The Products/systems Listed In This Technical Description. Documentation Should Be In Bullet Format. No Phone Or Email Solicitations With Regards To The Status Of The Rfp Will Be Accepted Prior To Its Release.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contracting Officer, Alex Norris, In Either Microsoft Word Or Portable Document Format (pdf), Via Email Alex.norris@us.af.mil No Later Than 1:00 P.m. Pdt On 14 January 2025 And Reference This Synopsis Number In Subject Line Of E-mail And On All Enclosed Documents. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: 1) Organization Name, Address, Primary Points Of Contact (pocs) And Their Email Address, Fax, Web Site Address, Telephone Number, And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
Closing Date14 Jan 2025
Tender AmountRefer Documents
3851-3860 of 3868 archived Tenders