Electrical Work Tenders
Electrical Work Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0123 - Completion Of St. Paul Hospital, Tagoloan, Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P99,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0123 - Completion Of St. Paul Hospital, Tagoloan, Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Completion Of St. Paul Hospital, Tagoloan, Misamis Oriental Contract Id: 25kl0123 Location: Tagoloan, Misamis Oriental Scope Of Works: Completion Of St. Paul Hospital, Including Excavation, Concrete Works, Architectural Works, Structural Works, Painting, Electrical, And Airconditioning. Complete As Shown On Plan. Approved Budget For The Contract: ₱99,000,000.00 Contract Duration: 360 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph." 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 19, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before March 3, 2025 @ 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. "11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On March 3, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . 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. "13. In Consistent Of The Do 127 S 2018, “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 Rirr 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 To Be Bid”." 14. The Misamis Oriental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " February 12, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
Municipality Of San Julian, Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 5.4 Million (USD 95 K)
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project _#_528a6-21-603_design Replace Buldings 76, 92 And 103 Flat Roofs___ At The _bath Va Medical Center, 76 Veterans Ave, Bath, Ny 14810. This Project Will Design The Replacement To The Flat Roofing Systems On The B-76 Hospital, B-92 Recreation Center, And B-103 Warehouse. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330edit The Naics Code And Size Standard Based On The Selection: 541330 (size Standard $16.5m) Or 541310 (size Standard $8m) And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $2,000,000 And $5,000,000. This Is A 100% Service-disabled Veteran Owned Small Business Select The Appropriate Set-aside set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before (6/30/2025). Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), Replace With 852.219-74 For Vosb Set Asides va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) all Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required Edit Based On Scope For That Project 528a6-21-603 Perform A Full Project Schematic Design, And Design Development From Conceptual To As Built Documentation, Including Investigation, Design Review And Verification, And Contract Management. Provide Investigative And Schematic Services, Construction Documents, Working Drawings, Specifications, Cost Estimate, Shop Drawing Review And Construction Period Services As Required To Provide Replacement Of The Existing Building 76, 92, 103 Flat Roof Systems. Services Will Include All Architectural Or Other Engineering (civil, Mechanical, Electrical, Etc.) Work Associated With This Project Until Completion. Final Design Submission Shall Include Phased Drawings Of All Abatement, Demolition, And Construction Work As Required To Allow The Continuous Use Of All The Areas Associated Around Each Construction Area. provide Design Documents To Determine, Plan, And Document The Most Effective Replacement Of The Roofing Systems. This Will Include Full Study On What Needs Scoped With The Flat Roofs And Drainage And Provide Information And Options For Bath Va Selection Into Project. services Will Include All Site/civil, Mechanical, Electrical Or Other Engineering Or Architectural Work Associated With This Project Until Completion. the Total Roof Square Footage Will Need To Be Verified By The Architect And Engineering Firm(s). the Architect And Engineering Firm(s) Will Need To Evaluate And Determine The Correct Storm Drainage System And Sizing For Each Applicable Flat Roof In This Project To Operate Properly. The Architect And Engineering Firm Will Need To Evaluate, Identify And Verify Existing Structural/ Architectural, Mechanical, Electrical, Plumbing, And Mechanical/ Electrical Roof Equipment Attributes To The Flat Roof Systems As Needed To Provide Detailed Installation Details For The New Flat Roof Systems To Be Installed. x. Location Edit Accordingly Based On Location. bath Va Medical Center. cost Range Edit Based On The Appropriate Construction Estimate. estimated Construction Cost Range: Between $2,000,000 And $5,000,000. type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In __180___ Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 400 Miles This Can Be Edited, If Necessary. This Should Be Standard But Could Be Adjusted Slightly Over/under If Reasonable And Does Not Restrict Competition. If The A/e Is Within 450 Then Acceptable If Considerably Closer Perhaps They Receive An Above Acceptable Rating And If Further Than 450 Miles, They Would Receive A Marginal Or Below Satisfactory Rating For This Evaluation Factor Only. An A/e Should Not Be Excluded Just Because They Are More Than 450 Miles Away From The Va. From The Prime Contractor S Main Office Or Official Satellite Office To The Bath Va Medical Center, Bath, Ny 14810 Edit Va Location Accordingly this Distance Is Determined According To Http://maps.google.com/
this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) Replace This Entire Section With 852.219-74 For A Vosb Set Aside va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Devan.bertch@va.gov No Later Than __1:00__pm, Eastern Standard Time (est) On_february 27th, 2025__. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title
table Of Contents copy Of Valid State Registration For Each Lead Designer
copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
duns Number
cage Code tax Id Number
email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice – Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca) nasa/ John F. Kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca). the National Aeronautics And Space Administration (nasa) Ksc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca). The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service-disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. the North American Industry Classification System (naics) Code For This Procurement Is 236220-14, Clean Rooms-installation & Equipment With A Small Business Size Standard Of $45 Million. Clean Rooms-installation & Equipment Is A Specialized Industry That Involves The Construction And Installation Of Clean Rooms In Commercial And Institutional Buildings. Clean Rooms Are Designed To Maintain A Controlled Environment With Low Levels Of Pollutants Such As Dust, Airborne Microbes, Aerosol Particles, And Chemical Vapors. These Rooms Are Used In A Variety Of Industries Such As Pharmaceuticals, Biotechnology, Electronics, And Aerospace, Where The Manufacturing Process Requires A Sterile Environment. The Installation Of Clean Rooms Involves The Use Of Specialized Equipment And Materials To Ensure That The Room Meets The Required Standards. scope Of Work
the Project Involves Phased Construction To Maintain Continued Operation Of The Multiple Shift Cleanroom Activities Within The Existing Crca Facility. The Project Is Focused On Accomplishing Three Main Objectives: 1) Renovation Of An Existing Metal Building To Accommodate New Use For Shipping & Receiving. 2) Renovation Of The Existing Shipping & Receiving Area To Convert The Space Into A New 2,400 Square Foot Clean Room. 3) Renovations To The Existing 4,000 Square Foot Clean Room Will Begin Once The New Clean Room Is Operational.
the Renovations Of The Existing Metal Building Include Minor Architectural Work, New Electrical And Telecommunications Outlets To Accommodate User Workstations, A New Hvac System, And Reuse Of Existing Fire Protection And Fire Alarm Systems. the Renovations Of The Existing Shipping & Receiving Area Involve The Creation Of New Iso 5 And Iso 6 Clean Room Areas With Air Shower And Gowning Vestibule, New Hvac System Utilizing An Integrated Air Plenum/ceiling System With Hepa Filtration, Plenum Fans, Fire Protection Sprinklers, And Lighting. The Work Includes A New Structural Support System To Suspend The New Clean Room Plenum From New Columns With New Footings. Utility Services For The Clean Room Area Are To Be Extended From Existing Systems Originating From Other Areas Of The Building, Including New Power Distribution, Piped Solvent Fluid, High Pressure Gaseous Nitrogen 15,000 Psig And 8,600 Psig, Gaseous Helium 15,000 Psig, And Demineralized Water. New Spaces To Support The Clean Room Include Storage Areas And A New Mechanical Room Housing Air Handling Equipment, Process Waste Sump, And Electrical Panels. The Mechanical Room Includes A Staircase With Access To A Walkable Mezzanine Area Above The Clean Room, Utilizing The New Plenum Structural System. The New Iso 5 And Iso 6 Clean Room Areas Will Need To Be Certified For Iso 14644 Operating Standard And Meet Nasa Specific Requirements For Cleanroom Operation Handling Spacecraft Hardware.
the Renovations To The Existing Iso 5 And Iso 6 Clean Room Areas Mainly Include Demolition Of The Current Hepa Ceiling System, Lighting, And Fire Sprinklers Along With Installation Of A New Ceiling System With New Hepa Filtration, New Lighting, New Fire Sprinklers And New Support Hangers. The Existing Clean Room Hvac System Above The Pressurized Plenum Will Remain. Other Work Includes Cleaning Below The Existing Raised Floor, And Modifications To The Existing Control System. The Existing Fire Alarm Control Panel For The Crca Is Obsolete And Must Be Replaced In Order To Interconnect With New Fire Alarm Devices In The Areas Of Renovation. The Clean Room Will Require Re-certification At The Specified Iso Levels. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement Of No More Than Ten Pages Indicating The Ability To Perform All Aspects Of The Effort. the Capabilities Statement Package Must Include, As A Minimum The Following:
a One-page Cover Sheet Referencing Source Sought Notice “80ksc025zcs003l” Capabilities Statement – “upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca)” At Kennedy Space Center, Florida 32899.
1. Company Name, Unique Entity Id, Cage Code, Address, Description Of Principal Business Activity, And Primary Point Of Contact (e-mail Address And Phone Number).
2. Provide Your Firm’s Number Of Employees And State Whether Your Firm Is A Large Or Small Business In Naics Code 236220-14. State Your Firm’s Principal Business Activity; And Specifically Identify If You Are A Vosb, Wosb, Hubzone Small Business, Or An 8(a) Small Business.
3. Financial Capability – Provide Bonding Capacity Of Your Firm, A Copy Of The Most Current Balance Sheet And Income Statement, And The Firm’s Average Annual Revenue For The Past 3 Years.
4. Experience – Provide The Number Of Years In Business And Listing Of Relevant Work Performed In The Previous 5 Years. For Each Example Of Relevant Experience, Identify Whether It Is A Contract As A Prime Contractor, Task Order Within A Larger Contract As Prime Contractor, Or A Subcontract To A Prime Contractor. For Each Example Of Relevant Experience, Identify The Start Date, Completion Date (or Ongoing), And The Contract, Task Order, Or Subcontract Value, As Applicable. Please Provide A Point Of Contact Name, Email Address And Phone Number. Relevant Work For The Purposes Of This Notice Can Be Defined As, But Not Limited To, The Following: A. The Contractor Must Have Demonstrated Clean Room Renovation And/or New Clean Room Construction Experience With The Procurement, Installation, Activation, Testing, And (re)certification Of Iso 5 Systems Or Higher. I. Identify If You Were The Prime Contractor Directly Self-performing The Work, A Subcontractor Directly Performing The Work, Or Serving As The Prime Contractor With A Subcontractor Performing The Work. B. Contractor Must Have Demonstrated Experience Implementing And Testing Plumbing System And High-pressure Piping Systems Which Complies With Asme B31.3 Process Piping Standard. This Project Will Have Various Gasses From High Pressure Helium And Nitrogen, Ranging From 15,000 Psig To 350 Psig, Which Will Require Pressure Vessel System Certification. C. The Contractor Must Have Demonstrated Electrical System Construction Experience With The Procurement, Installation And Testing Of Electrical System Related To Hvac Equipment, 480/208 Volt Electrical Panels, And Powering Complex Lighting Systems As Those Found In Clean Room Ceiling Systems. D. The Contractor Must Have Demonstrated Hvac And Mechanical System Construction Experience With The Procurement, Installation And Testing Of Highly Environmentally (temperature, High/low Humidity) Controlled Areas And Complex Controls Systems As Those Used In Clean Rooms. E. The Contractor Must Have Demonstrated Experience Working With Existing Building Automation Systems Related To Cleanrooms Or Laboratory Controls, Which Included Interfacing The New Equipment Controls With Existing Legacy Controllers And Validating Successful Integration. F. The Contractor Must Have Demonstrated Fire Suppression And Fire Alarm Installation Experience In An Operational Facility, Which Involved Modifying Existing Systems, Including The Installation And Testing Of Fire Alarm Panels And Fire Alarm Field Devices. G. The Contractor Must Have Demonstrated Experience With Performance Of Projects In An Operational Facility Where Operations Must Continue Uninterrupted Thru The Duration Of The Project. H. The Contractor Must Have Demonstrated Experience With Preparation Of Computer-generated Engineering Shop Drawings, As-built Documentation, And Operations & Maintenance (o&m) Manuals. all Responses Shall Be Submitted Electronically Via Email To Randall Gumke, Lead Contracting Officer And Lacorsha Noel, Nasa Contracting Officer, At Email Addresses: Randall.a.gumke@nasa.gov And Lacorsha.d.noel@nasa.gov No Later Than 12:00 Pm Est On February 26, 2025. Please Reference 80ksc025zcs003l Or Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca) In Any Response. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Respondents Deemed Fully Qualified Will Be Considered In Any Resultant Solicitation For The Requirement. note: If A Solicitation Is Issued, It Is Anticipated The Specifications And Drawings For This Project Will Have An Export Determination Of Ear 99 – Ear Controlled – Itar Controlled And Are Considered Controlled Documents. Therefore, Download Of Documents Won’t Be Permitted Until Requesters Have Been Cleared Through The Defense Logistics Information Service (dlis). Please Begin Dlis Registration Immediately Since Clearance Could Take A Couple Of Weeks. All Contractors Interested In Receiving Drawings And Specifications For This Project Must Ensure They Have Been Screened By The Defense Logistics Agency (dla) Joint Certification Program (jcp) By Completing A Dd Form 2345. To Complete The Dd Form 2345, Go To The Website Https://www.dla.mil/hq/logisicsoperations/services/jcp/, In The Search Box Enter “joint Certification”, Select “jcp Dd Form 2345 Instructions”. This Process Does Take Time And The Government Encourages Contractors To Start As Soon As Possible.
if A Contractor Has Been Previously Screened By Dla They Can Verify If Their Status Is Still Active By Utilizing Their Cage Code At: Https://public.logisicsinformationservice.dla.mil/jcp/search.aspx. notice Is Hereby Provided That Access To The Drawings And Specifications Will Be Limited To Offerors Certified By Dla.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 118.6 Million (USD 2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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 Section Ii 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) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 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. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 14.4 Million (USD 249.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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 Section Ii 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) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 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. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 193 Million (USD 3.3 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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 Section Ii 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) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 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. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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 Section Ii 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) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 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. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 9.6 Million (USD 166.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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 Section Ii 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) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 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. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
9631-9640 of 9650 archived Tenders