Electrical Work Tenders

Electrical Work Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-001) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas-quezon Road, Ibaan, Batangas Contract Id No. : 25dd0092 Project Location : Ibaan, Batangas Scope Of Works : Installation Of 18,650.00 L.m. (746 Poles) Solar Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 98,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 245 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-lobo Rd - K0121 + 587 - K0123 + 343 Contract Id No. : 25dd0093 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,770.00 L.m. Carriageway And 367.50 L.m. Shoulder With Width Of 6.10m And 2.58m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base And Reinforced Concrete Pavement Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 80,112,060.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 250 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Seawall, Brgy. Catmon, San Juan, Batangas (phase 3) Contract Id No. : 25dd0094 Project Location : San Juan, Batangas Scope Of Works : Construction Of 584.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 70,290,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 243 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0081 + 000 - K0082 + 809 Contract Id No. : 25dd0095 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 1,804.20 L.m. Road With Varying Width Of 10.80m To 11.80m And Thickness Of 50mm Including Application Of Reflective Thermoplastic Pavement Markings And Reblocking Of 1,921.00 Sq.m. Road With Thickness Of 0.28m Approved Budget For The Contract : Php 60,795,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Primary Roads, Manila-batangas Rd - K0089 + 031 - K0089 + 941, K0090 + 024 - K0090 + 067, K0091 + 080 - K0091 + 630 Contract Id No. : 25dd0096 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 941.00 L.m., 43.00 L.m. And 550.00 L.m. Road With Width Of 15.00m, 14.70m And 16.10m Respectively And Thickness Of 50mm Including Application Of 770.00 Sq.m. Reflective Thermoplastic Pavement Markings Approved Budget For The Contract : Php 60,409,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Tertiary Roads, Lipa-balete Rd - K0078 + 659 - K0079 + 940, K0081 + 240 - K0081 + 930 Contract Id No. : 25dd0097 Project Location : Lipa City, Batangas Scope Of Works : Reblocking Of 223.20 L.m. Shoulder With Varying Width Of 2.10m To 2.50m And Thickness Of 0.28m; Asphalt Overlay Of 1,512.90 L.m. Carriageway With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm; Asphalt Overlay Of 454.00 L.m. Shoulder (both Sides) With Width Of 2.50m And Thickness Of 50mm; Application Of Thermoplastic Pavement Markings And Installation Of Warning And Regulatory Signs Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 119 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.7 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Seawall, Phase 1, Barangay Catmon, San Juan, Batangas Contract Id No. : 25dd0098 Project Location : San Juan, Batangas Scope Of Works : Construction Of 434.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 206 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Padre Garcia, Batangas Contract Id No. : 25dd0099 Project Location : Padre Garcia, Batangas Scope Of Works : Installation Of 368 Wired Streetlights Along 13,045.50 L.m. Road At Various Barangays Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Fernando Airbase Rd - K0084 + (-922) - K0085 + 195 Contract Id No. : 25dd0100 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 805.80 L.m. Road (5,547.00 Sq.m.) With Thickness Of 50mm Including Removal; Construction Of 544.50 L.m. Road With Thickness Of 0.28m Including Asphalt Overlay Of 544.50 L.m. Road With Thickness Of 50mm And Application Of Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract : Php 47,040,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 168 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0086 + 685 - K0087 + 373, K0088 + 398 - K0088 + 858 Contract Id No. : 25dd0101 Project Location : Padre Garcia, Batangas Scope Of Works : "section I (k0086 + 685 - K0087 + 373) : Asphalt Overlay Of 688.00 L.m. Road With Varying Width Of 12.80m To 13.00m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings Section Ii (k0088 + 398 - K0088 + 858) : Asphalt Overlay Of 460.00 L.m. Road With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 39,430,300.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Rosario-sn Juan Rd - K0127 + 800 - K0128 + 684, K0130 + 2575 - K0130 + 2653 Contract Id No. : 25dd0102 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 947.00 L.m. Carriageway And 32.00 L.m. Shoulder With Width Of 6.10m And 3.10m Respectively And Thickness Of 0.30m Including 300mm Thick Boulder Fill And Application Of 406.00 Sq.m. Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-quezon Rd - K0115 + 587 - K0116 + 000, K0121 + 719 - K0121 + 961 Contract Id No. : 25dd0103 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 717.00 L.m. Carriageway With Width Of 6.10m And Thickness Of 0.30m Including Application Of Reflectorized Thermoplastic Pavement Markings White (edge Lines And Broken Lines) Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Off-carriageway Improvement - Tertiary Roads, Sn Juan-laiya Rd - K0158 + 631 - K0159 + 537 Contract Id No. : 25dd0104 Project Location : San Juan, Batangas Scope Of Works : Construction Of 908.00 L.m. Shoulder With Width Of 2.58m And Thickness Of 0.28m; Construction Of 29.00 L.m. Sidewalk And Curb & Gutter At Right Side Approved Budget For The Contract : Php 25,008,620.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 105 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Revetment Along Tubig Ng Bayan River, Payapa Section, Padre Garcia, Batangas Contract Id No. : 25dd0105 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 172.70 L.m. Revetment On Left Side (upstream) Using Stone Masonry And Grouted Riprap Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 223 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Barangay Balagtasin - Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0106 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 922.00 L.m. Road With Width Of 6.10m And Thickness Of 50mm Including 3.00 L.m. Transition (start & End) And Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road, Barangay Namuco, Rosario, Batangas Contract Id No. : 25dd0107 Project Location : Rosario, Batangas Scope Of Works : Construction Of 310.00 L.m. And 277.80 L.m. Road With Width Of 6.00m And 4.00m Respectively And Thickness Of 0.20m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Matala, Ibaan Batangas Contract Id No. : 25dd0108 Project Location : Ibaan, Batangas Scope Of Works : Construction/reblocking Of 100.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Including Parapet Walls And Grouted Riprap; Construction/reblocking Of 213.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 46 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, Barangay Santo Nino, Taysan, Batangas Contract Id No. : 25dd0109 Project Location : Taysan, Batangas Scope Of Works : Completion Of Three (3) Storey Barangay Hall Including Finishing Works, Painting Works, Ceiling Works (2f & 3f), Railings Of Stairs (2f), Stainless Letterings, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit, Installation Of 1-1500l Water Tank, 1-0.75hp Booster Pump And 1-300l Bladder Tank, Smoke Detector System And Finishing Hardware Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To January 31, 2025, 8:00 A.m.-5:00 P.m.; February 03, 2025, 8:00 A.m.-08:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 22, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 03, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv 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 Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Ten (10) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 13, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 14, 2025 To January 20, 2025 Publication: Dpwh Website/ Philgeps
Closing Date3 Feb 2025
Tender AmountPHP 14.8 Million (USD 253.9 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 Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2024-175) For Construction Of Multi-purpose Building (gymnasium Covered Court), Barangay Central, Tarragona, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php13,860,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0086 – Construction Of Multi-purpose Building (gymnasium Covered Court), Barangay Central, Tarragona, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0086 Contract Name : Construction Of Multi-purpose Building (gymnasium Covered Court), Barangay Central, Tarragona, Davao Oriental Location : Tarragona, Davao Oriental Scope Of Works : • Construction Of Gymnasium Covered Court W/ Stage And Bleachers (civil, Mechanical, Electrical And Sanitary/plumbing Works Approved Budget For The Contract (abc) : Php13,860,000.00 Contract Duration : 180 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 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 Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 16, 2025 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 Php25,000.00. 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 Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 At 10:00 A.m. 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 16, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd)wilfredo L. Metucua Engineer Iii/chief, Maint. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: December 20, 2024 To December 26, 2024 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date16 Jan 2025
Tender AmountPHP 13.8 Million (USD 237.2 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 Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-027) For Construction (completion) Of Other Facilities, Cateel National Agricultural High School, Barangay San Alfonso, Cateel, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0119 – Construction (completion) Of Other Facilities, Cateel National Agricultural High School, Barangay San Alfonso, Cateel, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0119 Contract Name : Construction (completion) Of Other Facilities, Cateel National Agricultural High School, Barangay San Alfonso, Cateel, Davao Oriental Location : Cateel, Davao Oriental Scope Of Works : • Completion Of Existing Stage (civil, Mechanical, Electrical And Sanitary/plumbing Works) Approved Budget For The Contract (abc) : Php2,970,000.00 Contract Duration : 90 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 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 Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 04, 2025 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 Php5,000.00. 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 Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 At 10:00 A.m. 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 February 4, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 15, 2025 To January 21, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 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 Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-024) For Construction Of Two-storey Evacuation Center, Barangay Sobrecarey, Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php7,840,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0116 – Construction Of Two-storey Evacuation Center, Barangay Sobrecarey, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0116 Contract Name : Construction Of Two-storey Evacuation Center, Barangay Sobrecarey, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Evacuation Center (civil, Mechanical, Electrical And Sanitary/plumbing Works) Approved Budget For The Contract (abc) : Php7,840,000.00 Contract Duration : 150 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 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 Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 04, 2025 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 Php10,000.00. 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 Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 At 10:00 A.m. 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 February 4, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 15, 2025 To January 21, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date4 Feb 2025
Tender AmountPHP 7.8 Million (USD 134 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 Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-036) For Construction (completion) Of Multi-purpose Building (barangay Hall), Barangay Taytayan, Cateel, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php3,960,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0128 – Construction (completion) Of Multi-purpose Building (barangay Hall), Barangay Taytayan, Cateel, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0128 Contract Name : Construction (completion) Of Multi-purpose Building (barangay Hall), Barangay Taytayan, Cateel, Davao Oriental Location : Cateel, Davao Oriental Scope Of Works : • Completion Of Barangay Hall (civil, Mechanical, Electrical And Sanitary /plumbing Works) Approved Budget For The Contract (abc) : Php3,960,000.00 Contract Duration : 120 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 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 Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 06, 2025 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 Php5,000.00. 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 Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. 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 February 6, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const.. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 17, 2025 To January 23, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date6 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 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 Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-035) For Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Poblacion, Cateel, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php7,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0127 – Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Poblacion, Cateel, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0127 Contract Name : Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Poblacion, Cateel, Davao Oriental Location : Cateel, Davao Oriental Scope Of Works : • Rehabilitation Of Barangay Hall (civil, Mechanical, Electrical And Sanitary /plumbing Works) Approved Budget For The Contract (abc) : Php7,920,000.00 Contract Duration : 150 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 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 Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 06, 2025 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 Php10,000.00. 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 Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. 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 February 6, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 17, 2025 To January 23, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date6 Feb 2025
Tender AmountPHP 7.9 Million (USD 135.4 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 Lgsf-sbdp Intends To Apply The Sum Of Twenty Nine Million Nine Hundred Ninety Nine Thousand Five Hundred Sixty Seven And 18/100 (php 29,999,567.18) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Water Supply And Sanitation Projects-construction Of Bulk Water Supply Project In The Barangay Of Samay , San Juan, Linabu, And Blanco, Municipality Of Balingasag, Province Of Misamis Oriental, Under Purchase No. 3498-24 Dated December 18, 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 Intake Box 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1047 Metal Structures Part B. Construc Tion 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 C. Construction Of Holding Tank 803(1)a 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 D. Construction Of Pressure Breaker Tank 803(1)a 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 Part E. Construction Of Filtration Facility 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 1014(1)b1 Prepainted Metal Sheets Corrugated Type Long Span 1047(1) Structural Steel 1032(1)c Painting Works (steel) 1100 Conduit , Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part F. 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 Spl-1 Filtration System With Complete Accessories 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 283 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 [php25,000.00]. 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 29.9 Million (USD 511.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quotations (rfq) # 36c24925q0099. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective Date 11/12/2024 Acq Policy Flash Thru 24-08 And 52.212-5 Facs 2025-01 Effective 11-12-2024. (iv) This Procurement Is A 100% Service Disabled Veteran Owned Small Business Set-aside. The Associated North American Industrial Classification System (naics) Code For This Requirement Is Naics Code 238290 Other Building Equipment Contractors ($22 Million) Sba Size Standard. Business Size Status Shall Be Listed And Verified With The Us Small Business Administration's "veteran Small Business Certification (vetcert)" At Https://veterans.certify.sba.gov , At The Time Of Quote Submission And Award. (v) This Is A Service Contract To Provide The Removal Of An Existing, Obsolete Dumbwaiter And Its Associated Components And Furnish And Install An Upgraded Dumbwaiter To Be Used By The Alvin C. York Va Lab. Below Is A Template For Pricing. Contractors May Provide Their Own Pricing Document, But It Must Be Broken Down To Allow For Price Reasonableness Determination. (vi) The Following Solicitation Provisions Apply To This Acquisition: 1. Far 52.212-1, Instructions To Quoters Commercial Items (addendum Attached) 2. Far 52.212-2, Evaluation-simplified Acquisition Procedures 3. Far 52.212-3, Offerors Representations And Certifications Commercial Items (www.sam.gov Registration Is Required To Be Complete At Time Of Submission Of Response) (vii) The Following Clauses Are Applicable To This Acquisition: 1. Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Any Addenda To The Clause. 2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services And Regarding Which, If Any, Of The Additional Far Clauses Cited In The Clause Are Applicable To This Acquisition. 3. 52.219-27ânotice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program. 4. 852.219-73âva Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. 5. 852.219-75âva Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction. (viii) Quotes Are Due January 6, 2025 By 12:00 Pm Ct. Quotes Shall Be Submitted Via Email To: Rebecca.espinoza@va.gov . Quotes Received After This Date And Time Will Be Considered Late In Accordance With Far Provision 52.212-1 And Will Not Be Evaluated Unless The Contracting Officer Determines The Late Quote Will Be Accepted Iaw Far 52.212-1(f)(2)(i)(a-c). Instructions Are Listed On Pages 7-10. Quoters Shall Review The Below Statement Of Work (sow) And Provide Pricing Using The Following Price/cost Schedule. Price/cost Schedule Item Information Item Number Description Of Supplies/services Quantity Unit Unit Price Amount 0001 1.00 Each $0.000000 $0.00 Dumbwaiter (specifications In Sow) Contract Period: Base Pop Begin: 01-11-2025 Pop End: 06-11-2025 Principal Naics Code: 238290 Other Building Equipment Contractors Product/service Code: J036 Maintenance/repair/rebuild Of Equipment-special Industry Machinery 0002 1.0 Job $0.000000 $0.00 Labor To Install Dumbwaiter Contract Period: Base Pop Begin: 01-11-2025 Pop End: 06-11-2025 Principal Naics Code: 238290 Other Building Equipment Contractors Product/service Code: J036 Maintenance/repair/rebuild Of Equipment-special Industry Machinery Statement Of Work (sow) Building 117 Lab Dumbwaiter Replacement Alvin C. York Vamc Part I - General Introduction This Requirement Is For The Contractor To Supply The Labor, Materials, Tools And Supervisions To Remove Existing/obsolete Dumbwaiter And Its Associated Components And Furnish/install A Upgrade Dumbwaiter According The Specifications Listed Below For The Building 117 Dumbwaiter. Located At Alvin C York Veterans Affairs Med Ct Tennessee Valley Healthcare System (tvhs), Alvin C. York Campus, 3400 Lebanon Pike, Murfreesboro, Tennessee, 37129. Background The Ee#54206 Matot Relay Logic Serial #17269 Mfg 6/1/1986 Dumbwaiter For The Blood Lab At Building 117 Is Over 38 Years Old And Is Beginning To Fail And Has Been Deemed Obsolete And An Upgrade Is Required. Scope Of Work The Contractor Is To Provide All Parts, Materials, Labor, Transportation, Tools, And Supervision Necessary To Remove Existing Dumbwaiter/components And Replace/upgrade The Dumbwaiter For The Blood Lab In Building 117 Of The Tvhs, Alvin C. York Va Medical Center, 3400 Lebanon Pike, Murfreesboro Tennessee, 37129 The Dumbwaiter Specifications With This Upgrade Should Include A Capacity 300lbs, Speed 24 Fpm, Chain Drive Gear Motor, Electro-mechanical Interlocks Door Locks, Automatic Operation Manual Doors, Misc. Hardware (as Needed), Plc, Relay, Plug-n-play Field Wiring. The Electrical Requirements For The Dumb Waiter Shall Be 120v, 60hz, 20 Amp Circuit. For Jurisdictions Requiring Hardwiring, The Controller Must Be Hardwired Into Appropriate Disconnecting Means. This Tasking Shall Be Completed To The Manufacturers Recommendations And Perform All Testing To Ensure Operational In Compliance With: Asme A17.1 Safety Code For Elevators And Escalators, Latest Edition â· Asme A17.2 Inspectors Manual For Elevators And Escalators, Latest Edition â· Asme A17.3 Safety Code For Existing Elevators And Escalators, Latest Edition â· Ansi/npa 70 National Electric Code, Latest Edition â· Manufacturer S Requirements And Specifications On Inspection, Maintenance And According To Equipment Manufactures. D. Scheduling Onsite Work Performed For This Statement Of Work Will Be Performed Monday Through Friday During Normal Working Hours Of 7:30 Am To 3:30pm. Any Outages Required For The Safe Repair Of The Equipment Shall Be Scheduled With The Contracting Officers Representative (cor) And/or The Electrical Supervisor 3 Working Days In Advance Of The Repair And Will Be Scheduled During Normal Working Hours. No Contractor Overtime Hours Will Be Required To Accomplish This Repair Work. E. Warranty All Contract Work Shall Be Warranted Against Defects In Material, Equipment And Workmanship For A Period Of One (1) Year From Date Of Acceptance Unless Otherwise Noted. Part Ii Requirements A. General Requirements Contractor Shall Coordinate All Work Through The Va Cor. The Contractor Shall Identify Which Employees Will Be Working Under The Awarded Contract. Contractor Personnel Shall Include Employees, Sub-contractors, Subcontractor Employees, Suppliers And Delivery Personnel Entering The Medical Center.â This Does Not Apply To Suppliers And Delivery Personnel Making Deliveries To The Va Warehouse Dock Only.â Those Employees Shall Bring Photo Id To Obtain A Va Contractor Identification Badge That Shall Be Worn Above The Belt At All Times While On Medical Center Property.â Contractor's Employees Shall Return All I.d. Badges To Designated Personnel At Time Designated In The Task Order. The Safety Manager Is Responsible For Safety Inspections Of All Contract Operations.â The Safety Manager Will Be Identified To The Contractor. All Va And Osha Safety Regulations Shall Be Observed During All Work Of This Contract. The Contractor Shall Not Allow Smoking In Any Building.â The Contractor Shall Ensure Employees Smoke Only In Designated Outdoor Areas. A. General Requirements The Contractor Shall Not Park On Grassy Areas Unless Approved By The Cor And The Contractor Agrees To Restore Areas Back To Va Standards.â Drivers Should Be Particularly Concerned With Pedestrian Traffic.â Yield To Pedestrians In Crosswalks.â Posted Speed Limits And All Other Traffic Controls Are To Be Observed By Operators At All Times.â Seat Belt Use Is Mandatory On The Va Grounds. There Are No Reserved Parking Spots For Contractors At This Va Hospital. Contractor May Park At The Overflow Parking Lot At The Ball Field. Parking Areas For Service Vehicles (loading Dock Behind Building 2) Are Not Designated For Contractors. They May Park Only Long Enough On Site, To Load And Unload Supplies. B. Completion Assure All Material Are Removed From The Va Site And Disposed Of In Accordance With The Appropriate Codes And Standards. All Debris, Dust, Work Materials, Trash And Equipment Shall Be Cleared And Cleaned From The Work Area And Walkways. Request The Final Inspection From Cor. The Contractor Awarded This Contract Must Provide Proof To The Contracting Officer Of At Least 5 Years Of Experience In Repair Actions, Testing, Maintenance And Installation In Accordance With: Asme A17.1 Safety Code For Elevators And Escalators, Latest Edition Asme A17.2 Inspectors Manual For Elevators And Escalators, Latest Edition Asme A17.3 Safety Code For Existing Elevators And Escalators, Latest Edition Ansi/npa 70 National Electric Code, Latest Edition Manufacturer S Requirements And Specifications On Inspection, Maintenance And According To Equipment Manufactures. Addendum To Far 52.212-1 Instructions To Offerors - Commercial Items Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Https://www.acquisition.gov/browse/index/far Instructions To Quoters Submitting Your Quote: Submit Your Company S Quote By Email The Address Specified On Page 1 Of This Request For Quotes (rfq) Utilizing Either Pdf Or Microsoft Word File Formats (8 Megabyte File Size Limitation) And With Subject Rfq 36c24925q0099 Response . Vendors Shall Submit Only One Quote. If A Concern Submits More Than One Quote All Quotes May Be Rejected From That Concern. Quotes Received That Do Not Contain All Of The Following Information Being Requested May Be Considered Unacceptable. Submission Deadline: Your Quote Must Be Received At The Email Address Specified By The Deadline Specified On Page 1. We Will Not Consider Any Quote That We Receive After The Deadline Unless We Receive It Before We Issue An Award And Considering It Will Not Delay The Award. In Case Of An Emergency That Delays Our Operations And Makes Submission Or Receipt Of Your Quote Impossible, We Will Extend The Deadline By One Working Day. All Interested Parties Are Hereby Advised That The Government Shall Not Be Responsible For Late Submissions, Wi-fi/server Interruptions Related To The Submission Of A Quote. It Shall Be The Responsibility Of Each Quoter To Confirm Receipt Of Quote With The Contracting Officer At The Time Of Submission Or Prior To The Close Of The Solicitation. Terms And Content Of Your Quote: Quotes Must Be Based On The Terms Of This Rfq. We May Reject Any Quote That Is Not Based On These Terms In Every Respect. Your Quote Must Contain All Of The Information Described Below. Information To Be Submitted: The Following Information Is Required On Your Quote: 1. Rfq Number: 36c24925q0099 2. Contractor ________________________________________ (contractor S Name) 3. Address ________________________________________(street-city-state-zip) 4. Point Of Contact ________________________________________ (name/title/phone/email) 5. Sam Uei Number ________________________________________ 6. All Quotes Shall Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Rfq Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Rfq Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" 7. Provide A Statement That Your Company S Offeror Representations And Certifications Are Complete In Sam.gov. 8. Acknowledgment Of Amendments: The Quoter Acknowledges Receipt Of Amendments To The Synopsis Solicitation Numbered And Dated As Follows: Amendment No Date Add Rows As Needed. The Above Amendment Section Must Be Filled-out In The Event That An Amendment(s) Is Sent To The Quoter Or Posted To Www.sam.gov And Must Be Returned With The Rfq Package. Failure To Acknowledge Amendment(s) May Constitute The Rejection Of The Quote. Award Will Be Made To The Quote Determined To Be The Lowest Price Technically Acceptable; All Eligible Quoters May Submit Quotes. All Quoters Must Be Registered In System For Award Management (sam) At Https://www.sam.gov At Time Quotes Are Due To Be Considered For An Award Of A Federal Contract. Registration Must Be Complete And Not Missing Any Elements Such As Representations And Certifications. To Be Eligible For This Sdvosb Total Set-aside Your Company S Registrations Shall Include The Appropriate Naics Code. The Network Contracting Office 9 Intends To Award A Firm Fixed Price Contract For Dumbwaiter Replacement For Alvin C. York Vamc. The Base Period Of Performance (pop) Is 01/11/2025 Through 06/11/2025. All Questions Regarding This Rfq Must Be In Writing And May Be Sent By E Mail To Rebecca.espinoza@va.gov. Vendor Questions: Questions Must Be Received No Later Than 01/02/2025 @ 4:00pm Ct. No Further Questions Will Be Accepted After That Date And Time. Answers To Vendor Questions: Answers To Vendor Questions Will Be Addressed In An Amendment To Contracting Opportunities No Later Than 01/03/2025 4:30pm Ct. You Are Reminded That Representatives From Your Company Shall Not Contact Any Va Medical Center Personnel To Discuss This Rfq During This Rfq Process. All Questions And Concerns Regarding This Rfq Shall Be Directed To The Contracting Officer By Email. To Be Considered For This Award The Contractor Must Provide The Following: Technical Contractor To Provide A Detailed Quote To Achieve The Government S Objectives Identified Within The Statement Of Work. Past Performance Vendors Submitting A Quote Shall Be Regularly Established In The Business Of Providing The Services Identified In The Statement Of Work And Who Have Experience With Commercial Contracts Of Similar Demand Or Greater, With Conditions And Scope As Required For This Contract. Vendors Submitting A Quote Shall Provide Three (3) Identified References When Submitting Their Quote. Emphasis Will Be On Recent And Relevant Past Performance. Recent Is Defined As Work Performed Within The Last 3 (three) Years. Relevant Is Defines As Work Similar In Scope Of The Work Described In The Statement Of Work. Contract: Start Date Of Contract: End Date Of Contract: Reference S Name And Phone Number: Type Of Work Performed & Product Used: Price Offerors Are Requested To Complete And Return Price/cost Schedule Located On Pages 7 Through 12 Of This Rfq. Evaluation The Government Will Award A Contract Resulting From This Solicitation To The Quoter Who Has The Lowest Price Technically Acceptable (lpta). The Following Factors Shall Be Used To Evaluate Quotes: Price Technical Past Performance Before Making Award, The Contracting Officer Will Determine Whether The Proposed Price Is Fair And Reasonable In Accordance With Far 13.106-3. Options. The Government Will Evaluate Quotes For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That A Quote Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). A Written Notice Of Award Or Acceptance Of A Quote, Mailed Or Otherwise Furnished To The Successful Quote Within The Time For Acceptance Specified In The Quote, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Quote S Specified Expiration Time, The Government May Accept A Quote (or Part Of A Quote), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. Point Of Contact: Rebecca Espinoza Rebecca.espinoza@va.gov
Closing Date6 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Sources Sought Notice Only. this Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources To Perform The Potential Requirement. This Sources Sought Notice Is Part Of Market Research Effort And Invites Contractors Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work And Salient Characteristics.â  The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following:â  statement Of Work mold Remediation Services introduction/background air Quality Testing In A Va Building, Revealed Levels Of Airborne Microbial Particles That Exceed An Acceptable Level For A Healthcare Facility. Due To This Hazard, The Building Has Been Vacated Of All Patients And Staff And Will Remain So Until It Is Safe To Occupy. project Objective remediation Services To Remove Or Clean All Surfaces And Materials Located Inside Building. Building To Be Placed Under Negative Pressure, With Additional Units To Be Used As Air Filtrations. Hvac System To Be Isolated, All Diffusers Removed, Cleaned, Then Set Aside, All Flex Ducting To Be Removed (to Later Be Replaced), And All Duct Openings To Be Sealed. All Carpet In The Building To Be Removed. All Ceiling Tiles In The Building To Be Removed. All Drywall (including Above The Drop Ceiling) That Has Microbial Growth Or Moisture Damage To Be Removed. All Pipe And Ductwork Insulation Showing Evidence Of Growth Or Moisture Damage To Be Removed. All Building Semi And Non-porous Surfaces - Such As But Not Limited To Cabinetry, Countertops, Metal, Glass, Rubber Baseboards, Lighting And Plumbing Fixtures - Needs To Be Thoroughly Disinfected Via Appropriate Cleaning Methods. specifications mold Remediation Technical Specifications part 1 General scope this Specification Covers The Remediation Of Mold Including Removal, Cleanup And Disposal Of Mold Contaminated Materials From A Va Building. The Methods And Procedures In This Specification Are Based On The Observations And Previously Collected Background Air Samples. an Estimate Of The Amount Of Material To Be Removed Or Cleaned Is Not Given. The Determination Of The Actual Amounts, For Bidding Purposes, Is The Responsibility Of The Contractor. By Submitting A Bid, The Contractor Acknowledges That He Has Investigated And Satisfied Himself As To: the Conditions Affecting The Work, Including, But Not Limited To, Physical Conditions Of The Site Which May Affect Site Access, Handling And Storage Of Tools And Materials, Access To Water, Electricity Or Other Utilities, Or Otherwise Affect Performance Of Required Activities. the Character And Quantity Of All Surface And Subsurface Materials Or Obstacles To Be Encountered As Far As This Information Is Reasonably Ascertainable From An Inspection Of The Site, Including Exploratory Work Done By The Building Owner Or A Designated Consultant, As Well As Information Presented In Drawings And Specifications Included With This Contract. Any Failure By The Contractor To Acquaint Himself With Available Information Will Not Relieve Him From The Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Building Owner Is Not Responsible For Any Conclusions Or Interpretations Made By The Contractor On The Basis Of The Information Made Available By The Building Owner. description the Work Specified Herein Shall Be The Remediation Of Mold By Competent Persons trained, Knowledgeable And Qualified In The Techniques Of Remediation, Handling And Disposal Of Mold Contaminated Materials And The Subsequent Cleaning Of Contaminated Areas, Who Comply With All Applicable Federal, State And Local Regulations And Are Capable Of, And Willing To Perform, The Work Of This Contract. the Contractor Shall Supply All Labor, Materials, Services, Insurance, Permits, licenses, Patents, And Equipment Necessary To Carry Out The Work In Accordance With All Applicable Federal, State And Local Regulations And These Specifications. the Contractor Is Responsible For Restoring The Work Area And Auxiliary Areas Utilized During The Remediation To Conditions At Least Equal To Original Conditions. (this Excludes Any Material Removed As Part Of Scope.) Any Damages Caused During The Performance Of Remediation Activities Shall Be Repaired By The Contractor (e.g., Paint Peeled Off By Barrier Tape, Nail Holes, Water Damage, Broken Glass) At No Additional Expense To The Owner. applicable Standards And Guidelines all Work Under This Contract Shall Be Done In Strict Accordance With All Applicable Federal, State, And Local Regulations, Standards, And Codes Governing Mold Remediation And Any Other Trade Work Done In Conjunction With The Remediation. the Most Recent Edition Of Any Relevant Regulation, Standard, Document Or Code Shall Be In Effect. Where Conflict Among The Requirements Or With These Specifications Exists, The Most Stringent Requirements Shall Be Utilized. specific Requirements: title 29, Code Of Federal Regulations, 1926. Occupational Safety And Health Administration (osha), U.s. Department Of Labor. quality Assurance bidders Must Be Licensed As Required By The Iowa Bureau Of Labor. bidders Shall Demonstrate Prior Experience On Mold Remediation Projects Of Similar Nature And Scope Through The Submission Of Letters Of Reference From The Owners Including The Name, Address, And Telephone Numbers Of Contact Person (someone Specifically Familiar With The Contractor's Work) For At Least Three (3) Previous Users Of Service If Requested By The Owners. the Owner Reserves The Right To Reject Bids For Any Reason That Serves The Best Interests Of The Owner Or Building Occupants. The Owner Also Reserves The Right To Waive Any Technicality Or Irregularity In A Bid. Failure To Submit Requested information/documentation Can Result In Automatic Disqualification Of Bid Package. submittals And Notices pre-remediation: submit The Location Of The Landfill To Be Used For Disposal Of The Mold Contaminated Material. submit A List Of All Personnel Who Will Be Involved In The Remediation Activity Including, Supervisors, Workers, And Any Other Personnel Or Agent Who May Be Responsible For Any Aspect Of The Remediation Activities. submit Documentation From A Physician That All Employees Or Agents Have Been Medically Monitored To Determine Whether They Are Physically Capable Of Working While Wearing The Respirator Required Without Suffering Adverse Health Effects. submit Documentation Of Respirator Fit Testing For All Employees And Agents Who Must Enter The Work Area. Document Niosh Approval Of All Respiratory Protective Devices Utilized On-site. submit A List Of Equipment For This Project. with The Owner Or Owner's Representative, Inspect The Premises Wherein All Remediation And Remediation Related Activities Will Occur And Submit A Statement Signed By Both, Agreeing On Building And Fixture Condition Prior To The Commencement Of The Work. submit Manufacturer's Certification That Hepa Vacuums, Negative Pressure Ventilation Units, And Other Local Exhaust Ventilation Equipment Conform To Ansi 29.2-79. when Rental Equipment Is To Be Used In Remediation Areas Or To Transport Mold Contaminated Waste, A Written Notification Concerning Intended Use Of The Rental Equipment Must Be Provided To The Rental Agency With A Copy Submitted To The Owner. during Remediation Activities: submit Weekly Job Progress Reports Detailing Remediation Activities And Progress. submit Copies Of All Transport Manifests, Trip Tickets And Disposal Receipts For All Mold Waste Materials Removed From The Work Area During The Remediation Process. post In The Clean Room Area Of The Worker Decontamination Enclosure: a List Containing The Names, Addresses, And Telephone Numbers Of The Contractor, The Owner, The Assessment Professional, The Testing Laboratory And Any Other Personnel Who May Be Required To Assist During Remediation Activities. a Logbook To Record Names Of All Personnel Who Enter The Work Area. a Copy Of Emergency Procedures. telephone Numbers Of All Emergency Personnel And Principals For This Remediation Project. the Project Will Not Be Considered Completed Until All Submittals Are Received By The Owner. This Will Affect Payment For The Project. site Security the Work Area Is To Be Restricted Only To Authorized, Trained, And Protected Personnel. These May Include The Contractor's Employees, Employees Of subcontractors, Owner Employees And Representatives, State And Local Inspectors And Any Other Designated Individuals. entry Into The Work Area By Unauthorized Individuals Shall Be Reported Immediately To The Owner By The Contractor. access To The Work Area Shall Be Through A Single Worker Decontamination System. All Other Means Of Access (doors, Windows, Hallways, Etc.) Shall Be Blocked Or Locked So As To Prevent Entry To Or Exit From The Work Area. The Only Exceptions For This Rule Are The Waste Pass Out Airlock Which Shall Be Sealed Except During The Removal Of Containerized Mold Waste From The Work Area, And Emergency Exits In Case Of Fire Or Accident. Emergency Exits Shall Not Be Locked From The Inside; However, They Shall Be Sealed With Polyethylene Sheeting And Tape Until Needed. the Contractor Shall Have Control Of Site Security During Remediation Operations Whenever Possible, In Order To Protect Work Efforts And Equipment. contractor Will Have Owner's Assistance In Notifying Building Occupants Of Impending Activity And Enforcement Of Restricted Access By Owner's Employees. emergency Planning emergency Planning Shall Be Developed Prior To Remediation Initiation And Agreed To By Contractor And Owner. emergency Planning Shall Include Considerations Of Fire, Explosion, Toxic Atmospheres, Electrical Hazards, Slips, Trips And Falls, Confined Spaces, And Heat Related Injury. Written Procedures Shall Be Developed And Employee Training In Procedures Shall Be Provided. employees Shall Be Trained In Evacuation Procedures In The Event Of Work Place Emergencies. part 2 Materials And Equipment materials general: deliver All Materials In The Original Packages, Containers, Or Bundles Bearing The Name Of The Manufacturer And The Brand Name. store All Materials Subject To Damage Off The Ground, Away From Wet Or Damp surfaces, And Under Cover Sufficient Enough To Prevent Damage Or Contamination. polyethylene Sheeting For Walls And Stationary Objects Shall Be A Minimum Of 4 Mil Thick. For Floors And All Other Sheeting Of At Least 6 Mil Thickness Shall Be Used In Widths Selected To Minimize The Frequency Of Joints. tape - Duct, Glass Fiber, Or Other Type Capable Of Sealing Adjacent Sheets Of Polyethylene And Capable Of Sealing Polyethylene To Dissimilar Finished Or Unfinished Surfaces Under Both Wet And Dry Conditions Including The Use Of Amended Water. polyethylene Sheeting Utilized For Worker Decontamination Enclosure Shall Be Opaque White Or Black In Color. disposal Bags Shall Be Of 6 Mil Polyethylene. disposal Drums Shall Be Metal Or Fiberboard With Locking Ring Tops. equipment general: a Sufficient Quantity Of Negative Pressure Ventilation Units Equipped With Hepa Filtration Shall Be Utilized To Provide One Workplace Air Change Every 15 Minutes Or A Static Pressure Within The Work Area Of At Least -0.02 Inches Of Water Column. These Ventilation Units Must Be Commercially Produced Units And Not Self-manufactured. Ventilation Units To Be Exhausted Outside.the Contractor Shall Furnish A Copy Of Their Calculations To Obtain This Air Flow Or Static Pressure If Requested By The Owner. air Purifying Respirators Equipped With Hepa Filters Will Be Required. A Sufficient Supply Of Filters Shall Be Available In The Clean Change Area. This Requirement May be Modified By The Assessment Professional If Air Sampling Results Indicate The Need For More Protection. air Purifying Respirators With Dual High Efficiency (hepa) Filters May Be Utilized During Work Area Preparation Activities. Spectacle Kits And Eyeglasses Must Be Provided For Employees Who Wear Glasses And Who Must Wear Full Face Piece Respirators. Respirators Shall Be Provided That Have Been Tested And Approved By The National institute Of Occupational Safety And Health For Use In Mold Contaminated Atmospheres. full Body Disposable Protective Clothing, Including Head, Body And Foot Coverings (unless Using Footwear As Described In Section 2.02 (a)(6) Consisting Of Material Impenetrable By Mold (tyvek Or Equivalent) Shall Be Provided To All Workers In Sizes Adequate To Accommodate Movement Without Tearing. additional Safety Equipment (e.g., Hard Hats, Eye Protection, Safety Shoes Meeting The Applicable Ansi Standard, Disposable Pvc Gloves) As Necessary, Shall Be Provided To All Workers And Authorized Visitors. nonskid Footwear Shall Be Provided To All Remediation Workers. Disposable Clothing Shall Be Adequately Sealed To The Footwear To Prevent Body Contamination. a Sufficient Supply Of Disposable Mops, Rags And Sponges For Work Area Decontamination Shall Be Available. mobile Radios, Telephones, Etc. As Required By The Project Will Be Provided By The Contractor. removal/cleaning Equipment: sufficient Supply Of Scaffolds, Ladders, Lifts And Hand Tools Shall Be Provided As Needed. sprayers With Pumps Capable Of Providing A Water Stream Or Mist For Dust Control. rubber Dustpans And Rubber Squeegees Shall Be Provided For Cleanup. brushes Utilized For Removing Loose Mold Containing Material Shall Have Nylon Or Fiber Bristles, Not Metal. a Sufficient Supply Of Hepa Filtered Vacuum Systems Shall Be Available During Cleanup. part 3 Execution preparation post Caution Signs At Any Location And Approaches To A Location Where Airborne Concentrations Of Mold May Exceed Ambient Background Levels. Additional Signs May Need To Be Posted Following Construction Of Workplace Enclosure Barriers. shut Down And Lock Out Electric Power To All Work Areas As Necessary If Wet Conditions Warrant. Provide Temporary Power And Lighting. Ensure Safe Installation (including Ground Faulting) Of Temporary Power Sources And Equipment By Compliance With All Applicable Electrical Code Requirements And Osha Requirements For Temporary Electrical Systems. shut Down And Lock Out All Heating, Cooling And Air Conditioning System (hvac) Components That Are In, Supply Or Pass Through The Work Area. Seal All Intake And Exhaust Vents In The Work Area With Tape And 6 Mil Polyethylene. Also Seal Any Seams In System Components That Pass Through The Work Area. Remove All Hvac System Filters And Place In Labeled 6 Mil Polyethylene Bags For Staging And Eventual Disposal As Mold Contaminated Waste. due To Hvac Being Offline During Winter Conditions, Contractor To Provide Temporary Heat To Maintain Indoor Temperature Of 60 Degrees Fahrenheit Throughout Building. the Contractor Shall Provide Sanitary Facilities For Remediation Personnel Outside Of The Enclosed Work Area And Maintain Them In A Clean And Sanitary Condition Throughout The Project. seal Off All Windows, Doorways, Elevator Openings, Corridor Entrances, Drains, Ducts, Grills, Grates, Diffusers, Skylights, And Any Other Openings Between The Work Area And Uncontaminated Areas Outside Of The Work Area With 4 Mil Polyethylene Sheeting And Tape. barrier Walls Will Be Constructed Of 4 Mil Polyethylene Sheeting Extending From The Ceiling To Floor. workplace Exits worker Decontamination Enclosure System: worker Decontamination Enclosure Systems Shall Be Provided At All Locations Where Workers Will Enter Or Exit The Work Area. worker Decontamination Enclosure Systems Constructed At The Work Site Shall Utilize 6 Mil Opaque White Or Black Polyethylene Sheeting Or Other Acceptable Materials For Privacy. Detailed Descriptions Of Portable, Prefabricated Units, If Used, Must Be submitted For The Owner's Approval. Plans Must Include Floor Plan With Dimensions, Materials, Size, Thickness, Plumbing, And Electrical Utilities. the Worker Decontamination Enclosure System Shall Consist Of At Least A Clean Room And An Airlock. entry And Exit From The Decontamination Enclosure System Chamber Shall Be Through Curtained Doorways Consisting Of Two Sheets Of Overlapping Polyethylene Sheeting. One Sheet Shall Be Secured At The Top And Left Side, The Other Sheet At The Top And Right Side. Both Sheets Shall Have Weights Attached To The Bottom To Ensure That They Hang Straight And Maintain A Seal Over The Doorway When Not In Use. the Clean Room Shall Be Sized To Adequately Accommodate The Work Crew. Benches Shall Be Provided As Well As Hooks For Hanging Up Street Clothes. Shelves For Storing Respirators Shall Also Be Provided In This Area. Clean Work Clothes: Clean Disposable Clothing, Replacement Filters For Respirators, Towels, And Other Necessary Items Shall Be Provided In Adequate Supply In The Clean Room. A Location For Postings Shall Also Be Provided In This Area. Whenever Possible, A Lockable Door Shall Be Used To Permit Access Into The Clean Room From Outside The Work Area. Lighting, Heat, And Electricity Shall Be Provided As Necessary For Comfort. This Space Shall Not Be Used For Storage Of Tools, Equipment Or Materials, Or As An Office Space. waste Container Pass Out Airlock: the Waste Container Pass Out Airlock Shall Be The Same As The Exit Entry Airlock. emergency Exits: emergency Exits Shall Be Established And Clearly Marked With Duct Tape Arrows Or Other Effective Designations To Permit Easy Identification From Anywhere Within The Work Area. They Shall Be Secured To Prevent Access From Uncontaminated Areas And Still Permit Emergency Exiting. These Exits Shall Be Properly Sealed With Polyethylene Sheeting Which Can Be Cut To Permit Egress If Needed. These Exits May Be The Worker Decontamination Enclosure, The Waste Pass Out Airlock And/or Other Alternative Exits Satisfactory To Fire Officials. isolation Of The Workplace maintenance Of Enclosure Systems: following Completion Of The Construction Of All Polyethylene Barriers And Decontamination System Enclosures, Allow Overnight Settling To Ensure That Barriers Will Remain Intact And Secured To Walls And Fixtures Before Beginning Actual Remediation Activities. all Polyethylene Barriers Inside The Workplace, In The Worker Decontamination Enclosure System, In The Waste Container Pass Out Airlock And At Partitions constructed To Isolate The Work Area From Occupied Areas Shall Be Inspected At Least Twice Daily, Once Prior To The Start Of Each Day's Remediation Activities. Document Inspections And Observations In The Daily Project Log. damage And Defects In The Enclosure System Are To Be Repaired Immediately Upon Discovery. negative Pressure To Be Monitored With A Continuous Reading Device. A Record Of This Shall Be Furnished To The Owner. Use Smoke Tubes To Test The Effectiveness Of The Barrier System When Directed By The Owner. at Any Time During The Remediation Activities After Barriers Have Been Erected, If Visible Material Is Observed Outside Of The Work Area Or If Damage Occurs To Barriers, Work Shall Immediately Stop, Repairs Be Made To Barriers, And Debris/residue Cleaned Up Using Appropriate Hepa Vacuuming And Wet Mopping Procedures. install And Initiate Operation Of Negative Pressure Ventilation Equipment As Needed To Provide One Air Change In The Work Area Every 15 Minutes Or Produce A Static Pressure Of -0.02 Inches Of Water Column. (see Section 2.02 (a)) Openings Made In The Enclosure System To Accommodate These Units Shall Be Made Airtight With Tape And/or Caulking As Needed. If More Than One Unit Is Installed, They Should Be Turned On One At A Time, Checking The Integrity Of Wall Barriers For Secure Attachment And The Need For Additional Reinforcement. Ensure That Adequate Power Supply Is Available To Satisfy The Requirements Of The Ventilating Units. Negative Pressure Ventilation Units Shall Be Exhausted To The Outside Of The Building Whenever Feasible. Additional Negative Pressure Ventilation Units May Be Exhausted Inside The Work Area To Provide Continuous Air Cleaning. They Shall Not Be Exhausted Into Occupied Areas Of The building. Twelve-inch Extension Ducting Shall Be Used To Reach From The Work Area To The Outside When Required. Careful Installation, Air Monitoring And Daily Inspections Shall Be Done To Ensure That The Ducting Does Not Release Fibers Into Uncontaminated Building Areas. once Constructed And Reinforced As Necessary, With Negative Pressure Ventilation Units In Operation As Required, Test Enclosure For Leakage Utilizing Smoke Tubes. Repair Or Reconstruct As Needed. workplace Entry And Exit Procedures personnel Entry And Exit: all Workers And Authorized Personnel Shall Enter The Work Area Through The Worker Decontamination Enclosure System. Workers Shall Not Eat, Chew, Or Smoke Once They Have Entered The Work Area. Eating May Take Place Just Outside The Clean Room. Smoking, At Any Time During The Project, Is Prohibited On The Campus. all Personnel, Before Entering The Work Area, Shall Read And Be Familiar With All Posted Regulations, Personal Protection Requirements (including Workplace Entry And Exit Procedures) And Emergency Procedures. A Sign Off Sheet Shall Be Used To Acknowledge That These Procedures Have Been Reviewed And Understood By All Personnel Prior To Entry. all Personnel Shall Proceed First To The Clean Room And Appropriately Don Respiratory Protection And Launderable And/or Disposable Coveralls, Head Covering, And Foot Covering. Hard Hats, Eye Protection, And Gloves Shall Also Be Utilized If Required. Clean Respirators And Protective Clothing Shall Be Provided And Utilized By Each Person For Each Separate Entry Into The Work Area. personnel Wearing Designated Personal Protective Equipment Shall Proceed From The Clean Room Through The Airlock Into The Main Work Area. before Leaving The Work Area All Personnel Shall Remove Gross Contamination From The Outside Of Respirators And The Outer Protective Clothing By Brushing And/or Wet Wiping Procedures. Each Person Shall Clean Bottoms Of Protective Footwear Just Prior To Entering The Airlock. personnel Shall Proceed To The Airlock Where They Remove The Outer Protective equipment Except Respirators. Deposit Disposable And/or Launderable Clothing Back Into The Work Area Into Appropriately Labeled Containers For Disposal And/or laundering. reusable, Contaminated Footwear Shall Be Stored In The Airlock When Not In Use In The Work Area. Upon Completion Of Remediation, It Shall Be Disposed Of As Mold Contaminated Waste. Rubber Boots May Be Decontaminated At The Completion Of The Remediation Project For Reuse. still Wearing Respirators, Personnel Shall Proceed To The Clean Room, Clean The Outside Of The Respirators And The Exposed Face Area Under Running Water Prior To Removal Of Respirator. Various Types Of Respirators Will Require Slight Modification Of These Procedures. don Clean Disposable And/or Launderable Clothing If There Will Be Later Reentry Into The Work Area Or Street Clothes If It Is The End Of The Work Shift. these Procedures Shall Be Posted In The Clean Room And Equipment Room. waste Container Pass Out Procedures: mold Contaminated Waste That Has Been Containerized Shall Be Transported Out Of The Work Area Through The Waste Container Pass Out Airlock Or Through The Worker Decontamination Enclosure If A Separate Airlock Has Not Been Construction. waste Pass Out Procedures Shall Utilize Two Teams Of Workers, An "inside" Team And An "outside" Team. the Inside Team Wearing Appropriate Protective Clothing And Respirators For Inside The Work Area Shall Clean The Outside, Including Bottoms, Containers (bags, Drums, Or Wrapped Components) Using Hepa Vacuums And Wet Wiping Techniques And transport Them Into The Waste Container Pass Out Airlock. the Outside Team, Wearing Appropriately Assigned Respirators, Shall Enter The Airlock From The Outside Of The Work Area, Remove Them From The Airlock To The Outside. No Worker From The Outside Team Shall Further Enter The Work Area Through This Airlock. The Exit From This Airlock Shall Be Secured When Not In Use To Prevent Unauthorized Entry. personnel Protection Requirements training: prior To Commencement Of Remediation Activities, The Contractor Shall Have One Person Designated As A Competent Supervisor. This Person Shall Be On-site At All Times. special On-site Training On Equipment And Procedures Unique To This Job Site Shall Be Performed As Required. training In Emergency Response And Evaluation Procedures Shall Be Provided. respiratory Protection: all Respiratory Protection Shall Be Provided To Workers In Accordance With The Written Respiratory Protection Program, Which Includes All Items In osha 29 Cfr 1910.134 (b)(1-11). This Program Shall Be Posted In The Clean Room Of The Worker Decontamination Enclosure System. workers Shall Be Provided With Personally Issued, Individually Identified Respirators. respirator Types Shall Be Utilized According To The Following Schedule: full Face Air Purifying Respirators With Dual Hepa Filters Shall Be Utilized By Workers During Remediation Operations. full Face Powered Air Purifying Respirators Equipped With Hepa Filters May Be Used During Remediation Activities. fit Testing: workers Must Perform Positive And Negative Air Pressure Fit Tests Each Time A Respirator Is Put On, Wherever The Respirator Design So Permits. Powered Air Purifying Respirators Shall Be Tested For Adequate Flow As Specified By The manufacturer. workers Shall Be Given A Qualitative Fit Test In Accordance With Procedures Detailed In The Osha Lead Standard (29 Cfr 1910.1025, Appendix D, Qualitative Fit Test Protocols) For All Respirators To Be Used On This Remediation Project. An Appropriate administered Quantitative Fit Test May Be Substituted For The Qualitative Fit Test. documentation Of Adequate Respirator Fit Must Be Provided To The Owner. no One Wearing A Beard Shall Be Permitted To Don A Respirator And Enter The Work Area. protective Clothing: disposable Clothing Including Head, Foot, And Full Body Protection Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. launderable Clothing, If Required, Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. hard Hats, Protective Eyewear, Gloves, Rubber Boots, And/or Other Footwear Shall Be Provided As Required For Workers And Authorized Visitors. Safety Shoes May Be Required For Some Activities. commencement Of Work enclosure Systems Have Been Constructed And Tested. negative Pressure Ventilation Systems Are Functioning Adequately. all Pre-remediation Submissions, Notifications, Postings, And Permits Have Been Provided And Are Satisfactory To The Owner. all Equipment For Remediation, Cleanup, And Disposal Are On Hand. all Worker Training Is Completed. contractor Receives Written Permission From The Owner To Commence Remediation. removal/cleaning Procedures protection Of Materials Not Being Removed: materials That Are Not Being Removed Are To Be Protected From Any Damage That May Occur During Work. The Acoustic Ceiling Tile Suspension Grid Is To Be Cleaned Yet Remain In Place And Is Not To Be Damaged During The Removal Of The Tiles. level One: clean And Isolate Active Work Areas In Accordance With Section 3.01. wet All Mold Containing Materials With An Approved Biocide Solution Using Equipment Capable Of Providing A Fine Spray Mist, To Reduce Airborne Concentrations When The Material Is Disturbed. Keep All Removed Material Wet Enough To Prevent Release Until It Can Be Containerized For Disposal. removal And Cleaning: all Acoustic Ceiling Tiles, All Carpet Throughout The Entire Building Are To Be Removed And Properly Disposed Of. non-porous Materials - All Non-porous Surfaces Are To Be Cleaned Using A detergent Solution Or Solution Of Contractor's Choice That Will Re Move Mold. Hepa Vacuums May Be Used Along With The Solution For Cleaning. all Materials Need To Be Dried. Examples Of Non-porous Materials Include: metal glass hard Plastics plumbing Fixtures all Hvac Diffusers Are To Be Removed, Thoroughly Cleaned (as Detailed Above) And Set Aside Per Owner S Direction To Be Re-installed Later. semi-porous (e.g. Wood Doors, Unsealed Concrete) All Semi-porous Surfaces Are To Be Cleaned Using A Detergent Solution Or Solution Of Contractor's Choice That Will Remove Mold. This Solution Must Be Approved By Owner. Hepa Vacuums May Be Used Along With The Solution For Cleaning. All Materials Need To Be Dried. Examples Of Semi-porous Materials Include: wood concrete porous Materials - Remove All Porous Materials Where Visible Mold Growth Or Evidence Of Moisture Is Present. The Materials Should Be Removed, Bagged And Discarded. Examples Of Porous Materials Include: drywall insulation Of All Types carpet (all Being Removed, Regardless Of Evidence) acoustic Ceiling Tiles (all Being Removed, Regardless Of Evidence) containers (6 Mil Polyethylene Bags) Shall Be Sealed When Full. Bags Shall Not Be Overfilled. They Should Be Securely Sealed To Prevent Accidental Opening And Leakage By Tying Tops Of Bags In An Overhead Knot Or By Taping In gooseneck Fashion. Do Not Seal Bags With Wire Or Cord. Bags Shall Be Decontaminated On Exterior Surfaces By Wet Cleaning And Hepa Vacuuming. large Components Removed Intact May Be Wrapped In 2 Layers Of 6 Mil Polyethylene Sheeting Secured With Tape For Transport To The Landfill. mold Containing Waste With Sharp Edged Components (e.g., Nails, Screws, Metal Lath, Tin Sheeting) Will Tear The Polyethylene Bags And Sheet And Shall Be Reinforces With Extra Bags Or Wrapping. cleanup Procedure remove And Containerize All Visible Accumulations Of Mold Containing Material And Mold Contaminated Debris Utilizing Rubber Dust Pans, Rubber Squeegees, Hepa vacuums, Etc. remove All Containerized Waste From The Work Area And Waste Container Pass Out Airlock. decontaminate All Tools And Equipment And Remove At The Appropriate Time In The Cleaning Sequence. inspect The Work Area For Visible Residue. If Any Accumulation Of Residue Is Observed, It Will Be Assumed To Be Mold And The Work Area Must Be Re-cleaned. the Work Area Shall Be Cleaned Until It In Compliance With Criteria Agreed Upon By The Contractor And Owner Prior To Initiation Of Remediation Activities. following The Satisfactory Completion Of Clearance Criteria Remaining Barriers May Be Removed And Properly Disposed Of. A Final Visual Inspection By The Owner Shall Ensure That No Contamination Remains In The Work Area. Unsatisfactory Conditions May Require Additional Cleaning And Air Monitoring (see Section 3.11, Reestablishment Of The Work Area). clearance Testing following The Completion Of Cleanup Operations, The Remediation Contractor Shall Notify The Owner (or Industrial Hygiene Consultant Selected By Owner) When The Building Area Is Ready For Clearance Testing. Remediation Contractor Will Not Be Responsible For Performing Clearance Testing. The Owner (via Contracted Industrial Hygienist) Shall Arrange For Collecting Samples. 3.10 Disposal Procedures general: as The Work Progresses, To Prevent Exceeding Available Storage Capacity Onsite, Sealed And Labeled Containers Of Mold Containing Waste Shall Be Removed And Stored In The Dumpster On-site Until It Is Transported To The Prearranged Disposal Location. all Waste Shipment Records Shall Be Delivered To The Owner. A Recommended Record Keeping Format Utilizes The Waste Shipment Record (wsr) Which Includes The Names And Addresses Of The Generator (owner), Contractor, Transporter, And Disposal Site, The Estimated Quantity Of The Mold Waste And The Type Of Containers Used. transportation To The Landfill: once Drums, Bags And Wrapped Components Have Been Removed From The Work Area, They Shall Be Loaded Into An Enclosed Truck Or Dumpster For Transportation. any Debris Or Residue Observed On Containers Or Surfaces Outside Of The Work Area Resulting From Cleanup Or Disposal Activities Shall Be Immediately Cleaned Up Using Hepa Filtered Vacuum Equipment And/or Wet Methods As Appropriate. large Metal Dumpsters Are Sometimes Used For Mold Waste Disposal. These Should Have Doors Or Tops That Can Be Closed And Locked To Prevent Vandalism Or Other Disturbance Of The Bagged Mold Debris And Wind Dispersion Of Mold Fibers. Bags Shall Be Placed, Not Thrown, Into These Containers To Avoid Splitting. disposal At The Landfill: upon Reaching The Landfill, Trucks Are To Approach The Dump Location As Closely As Possible For Unloading Of The Mold Containing Waste. bags, Drums, And Components Shall Be Inspected As They Are Off Loaded At The Disposal Site. Waste Containers Shall Be Placed On The Ground At The Disposal Site, Not Pushed Or Thrown Out Of The Trucks. following The Removal Of All Containerized Waste, The Truck Cargo Area Shall Be Decontaminated Using Hepa Vacuums And/or Wet Methods To Meet The No Visible Residue Criteria. 3.11 Re-establishment Of The Work Area And Systems re-establishment Of The Work Area Shall Only Occur Following The Completion Of Cleanup Procedures And After Clearance Criteria Have Been Met And Documented To The Satisfaction Of The Owner. the Contractor And Owner Shall Visually Inspect The Work Area For Any Remaining Visible Residue. Evidence Of Contamination Will Necessitate Additional Cleaning Requirements In Accordance With Section 3.07. following Satisfactory Clearance Of The Work Area, Remaining Polyethylene Barriers May Be Removed And Disposed Of As Mold Contaminated Waste. at The Discretion Of The Contractor, Mandatory Requirements For Personal Protective Equipment May Be Waived Following The Removal Of All Barriers. re-secure Mounted Objects Removed From Their Former Positions During Area Preparation Activities. relocate Objects That Were Removed To Temporary Locations Back To Their Original Positions. reestablish Hvac, Mechanical And Electrical Systems In Proper Working Order. Remove Contaminated Hvac System Filters And Dispose Of As Mold Contaminated Waste. Decontaminate Filter Assembly Using Hepa Vacuums And Wet Cleaning Techniques. Install New Filters In Hvac Systems. Dispose Of Old Filters. repair All Areas Of Damage That Occurred Because Of Remediation Activities. period Of Performance upon Notice To Proceed, Contractor Shall Have 30 Calendar Days To Complete The Scope Detailed In This Document.
Closing Date14 Jan 2025
Tender AmountRefer Documents 
4781-4790 of 4789 archived Tenders