Electrical Work Tenders

Electrical Work Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? (i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work. (n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. statement Of Requirement airegard Horizontal Laminar Airflow Workstations 1.description Of Use to Be Used In The John J. Pershing Va Medical Center Pharmacy Segregated Compounding Areas For Compounding Of Pharmaceutical Products For Patient Care. 2. Introduction the John J. Pershing Va Medical Center, Located In Poplar Bluff, Mo, Requires The Purchase Of Two Laminar Airflow Workbenches (lafw) Within The Pharmacy Service Primary And Secondary Segregated Compounding Areas (sca). The Lafw Must Meet Or Exceed United States Pharmacopeia (usp) 797 Pharmaceutical Compounding Sterile Preparations Requirements For The Primary Engineering Control (pec) To Be Certified To Meet Iso Class 5 Or Better, Designed To Prevent Contamination Of Compounded Sterile Preparations, And Must Maintain A Unidirectional Airflow. One Of The Approved Pecs Is A Laminar Airflow System Or Laminar Airflow Bench. Usp 797 Requires That Pecs Must Be Certified And Recertified After 6 Months Of Use. To Be Classified As Iso-5 The Air In The Space Must Contain A Particle Count Of No More Than 3520 Particles Per Cubic Meter At A Size Of 0.5 Micrometer Or Larger. 3. Scope Of Work new And Unused: All Goods Shall Be New, Unused, Produced From Current Production Components, And Shall Be Delivered And Installed Ready For Use. shipping: All Shipping And Handling Charges Shall Be Paid By The Contractor. all Equipment Will Be Delivered And Fully Installed Nlt 30 Days Aro 4. Deliverables horizontal Laminar Workflow Stations Are Brand Name Or Equal, Must Meet All Salient Characteristics Outlined In Sow. 1 -- Airegard Nu-340-630 Horizontal Laminar Airflow Workstation nominal Width 6 -feet (1.8m) outside Dimensions Width 74 , Depth 32 Inches, Height W/30 Hepa Filter 76 3/8 interior Dimensions Width 71 7/8 , Depth 19 5/8 , Height 32 iv Bar With 6 Hooks, 3 Height Locations qty: 1 Ea manufacturer: Airegard 2 Airegard Nu-340-430 Horizontal Laminar Airflow Workstation nominal Width: 4-feet (1.2m), outside Dimensions Width 50 , Depth 32 Inches, Height W/30 Hepa Filter 76 3/8 interior Dimensions Width 47 7/8, Depth 19 5/8, Height 32 iv Bar With 6 Hooks, 3 Height Locations qty : 1ea manufacturer: Airegard minimum Requirements 115v, 60hz, 15 Amp, Nema 5-15p, Made In Usa aeromax Control System aluminum Diffuser filter Height: 30-inches (762 Mm), Supplying Hepa Filter 99.99% Efficient @0.3 Microns And Protected By A Perforated Metal Diffuser style: Console qty 1 Polyurethane Foam Pre-filter 10ppi ultra-high Efficiency 1/2 Hp Dc/ecm Motor stainless Steel Work Zone Constructed From 16/18 Gauge, Type 304 Stainless Steel led Lighting casters 4-inch (1.2mm), Locking, Field Install meet Performance Requirements Of The Iest-rp-cc002.4 And Iso 14644-1. work Station Shall Provide Iso 5 Quality Airflow Over The Entire Work Zone For Product Protection air Velocity From The Supply Filter Shall Average 80 To 100 Fpm (.41 To .51 M/s) With No Single Point Outside The 20% Of Average Measure In A Horizontal Plane Defined By 6 Inches From The Diffuser the Work Station Shall Have All Positive Pressure Plenums Surrounded By A Vacuum Relative To The Room (the Airegard Es Employs The Hepex Zero Leak Airflow System). the Work Station Shall Use A Dc Ecm Motor With An Optimally Determined Forward-curved Fan For Each Model Size/width To Maximize Both Energy Efficiency And Filter Loading Capacity. the Work Station Shall Have One Internal Electrical Circuit For The Blower And Lights. The Circuit Shall Be Protected With Fuse(s) Located In The Control Center On The Electronic Module. the Work Station Shall Be Listed By Underwriters Laboratories To Meet The Requirements Of Both The U.s. And Canada For Electrical/mechanical Integrity. work Station Shall Be Capable Of Front Filter Removal Through The Work Zone Without Exterior Disassembly. note: The Construction That Is Planned To Ensure These Specific Units Designated In The Request Can Be Installed, These Are The Units That Need To Be Purchased. Alternated Units Would Need To Be A Mirror Unit That Houses All The Needed Requirements Of Pharmacy And Be The Exact Size Of Installation To Include All Of The Needed Installation Components Of The Request As Well As Exact Utility Requirements. 5. Delivery Location And Poc Information equipment Shall Be Delivered To: john J. Pershing Va Medical Center 1500 N. Westwood Blvd building #23 poplar Bluff, Mo 63901 important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov please Reference 36c25525q0146 Laminar Airflow Workbenches Vapbhc In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetcert If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
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. 2025-032) For Construction Of Multi-purpose Building (barangay Hall), Barangay Caningag, 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 Php7,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0124 – Construction Of Multi-purpose Building (barangay Hall), Barangay Caningag, 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 : 25lf0124 Contract Name : Construction Of Multi-purpose Building (barangay Hall), Barangay Caningag, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction 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 Date13 Feb 2025
Tender AmountPHP 7.9 Million (USD 136.4 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)

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)

Municipality Of San Julian, Eastern Samar Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of San Julian Invitation To Bid Construction Of Municipal Motor Pool Building (phase 2) Brgy. 04 Poblacion, Municipality Of San Julian, Province Of Eastern Samar The Local Government Unit Of San Julian, Through The Cy 2025 20% Edf Municipal Outlay, Intends To Apply The Sum Of Five Million Four Hundred Ninety-seven Thousand Eight Hundred Twenty-five Pesos & 99/100 Centavos Only (php 5,497,825.99) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Municipal Motor Pool Building (phase 2) @ Brgy. 04 Poblacion, San Julian, Eastern Samar. (project Reference No. Sj-2025-008- Infra). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of San Julian Now Invites Bids For Construction Of Municipal Motor Pool Building (phase 2) @ Brgy. 04 Poblacion, San Julian, Eastern Samar. Completion Of The Works Is Required Within Three Hundred (300) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Approved Budget For The Contract (abc): Php 5,497,825.99 Project Duration : 300 Calendar Days Bid Security : Php 109,956.52 (bank Guarantee, Cash, Manager’s Check) Php 274,891.30 (surety Bond) Bid Closing Date : February 20, 2025; Time: 8:30am Item Description Qty Unit No. Part Ii Other General Requirements B.5 Project Billboard 1.00 Each B.7(2) Occupational Safety & Health Program 1.00 Ls B.9 Mobilization/demobilization 1.00 Ls Part Iii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 803(1a) Structure Excavation 30.44 Cu.m. 804(1a) Embankment 54.00 Cu.m Part B Plain Reinforced Concrete Works 900(1c2) Structural Concrete (footings & Slab On Fill) 4.78 Cu.m. 900(1c4) Structural Concrete (columns) 4.56 Cu.m. 900(1c5) Structural Concrete (suspended Slab) 2.02 Cu.m. 900(1c6) Structural Concrete (beams/girders) 14.97 Cu.m. 9 902(1ca) Reinforcing Steel (deformed, Grade 40) 5,805.07 Kgs. 903(1) Formworks & Falsework 1.00 Ls Part C Finishing 1001(11) Storm Drainage & Sewerage System 1.00 Ls 1002(27) Plumbing 1.00 Ls 1003(1b2) Carpentry & Joinery (ceiling) 132.38 Sq.m. 1004(2) Finishing Hardwares 1.00 Ls 1005(1) Residential Casement (steel) 20.16 Sq.m. 1007(1b) Aluminium Framed Glass Doors 9.00 Sq.m. 1010(4) Wooden Doors & Windows 1.00 Ls 1012(2) Ordinary Window & Sheet Glass 224.00 Sq.m. 1014(1b1) Prepainted Metal Sheets (above 0.427mm Long Span) 476.16 Sq.m. 1017(1b) Roof Drain With Strainer (75mm) 14.00 Set 1018(2) Ceramic Unglazed Tiles 38.83 Sq.m. 1018(4) Ceramic Glazed Granite Tiles (60cm X 60cm) 93.04 Sq.m. 1018(5) Ceramic Glazed Tiles 28.12 Sq.m. 1021(1b) Plain Cement Finish (colored) 121.80 Sq.m. 1027(1) Cement Plaster Finish 721.43 Sq.m. 1032(1a) Painting Works (masonry/concrete) 721.43 Sq.m. 1032(1b) Painting Works (wood) 170.72 Sq.m. 1032(1c) Painting Works (steel) 42.11 Sq.m. 1046(1a1) 100mm Chb Load Bearing (incldg. Rsb) 115.02 Sq.m. 1046(1a2) 150mm Chb Load Bearing (incldg. Rsb) 245.69 Sq.m. 1047(8) Structural Steel (roof Framing) 1.00 Ls 1051(5) Railing 118.38 L.m. Part D Electrical 1100(10) Conduits, Boxes And Fittings 1.00 Ls 1101(33) Wires And Wiring Devices 1.00 Ls 10 1102(1) Panel Board With Main & Branch Breaker 1.00 Ls 1103(1) Lighting Fixtures And Lamps 1.00 Ls 1111(1) Reinforcing Concrete Pedestal/pole (electrical) 1.00 Ls Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Lgu-bac Of San Julian, Eastern Samar And Inspect The Bidding Documents At The Address Given Below From January 24, 2025 To February 20, 2025, At The Address Given Below From 8:00am – 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 20, 2025, From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). A Bidder Who Represents A Company Is Only Allowed To Acquire Bidding Documents Provided That He/she Presents His/her Company/office Id And Special Power Of Attorney Delegating Such Authority To That Person. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally, Or By Any Electronic Means At The Address Given Below. The Lgu-bac Of San Julian, Eastern Samar Will Hold A Pre-bid Conference1 On February 3, 2025; 9:00am At Conference Room, 3rd Floor Rhu Building, Brgy. 04, Poblacion San Julian Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through (i.) Manual Submission At The Office Address As Indicated Below, On Or Before February 20, 2025; 8:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 20, 2025; 8:30 Am. At The Given Address Mdrrmo Ofice, G/ Floor Municipal Building, Brgy. 04, Poblacion San Julian And Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Lgu-bac Of San Julian, Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 1. For Further Information, Please Refer To: Ms. Baby Evangeline Consultado Head-bac Secretariat Municipality Of San Julian Province Of Eastern Samar Bacsanjulian@gmail.com ________________________ Renato O. Paligutan Municipal Agriculturist / Bac Chairman
Closing Date20 Feb 2025
Tender AmountPHP 5.4 Million (USD 95 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 
7251-7260 of 7264 archived Tenders