Fabrication Tenders

Fabrication Tenders

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting. also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance. ************************************************************************************************ note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary presolicitation Notice/advertisement Va Office Of Real Property u.s. Government veterans Administration (va) Seeks To Lease The Following Space: the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor. state: indiana city: indianapolis delineated Area: north: Washington Street Indianapolis, Indiana east: Tibbs Avenue Indianapolis, Indiana south: Kentucky Avenue Indianapolis, Indiana west: Interstate 465 Indianapolis, Indiana minimum Sq. Ft. (aboa): 10,400 maximum Sq. Ft. (aboa): 10,400 space Type: optical Manufacturing parking Spaces (total): 50 parking Spaces (surface): 50 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 240 Months firm Term: 180 Months option Term: n/a additional Requirements: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located In An Existing Single Tenant Building. if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet. offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential. offered Space Will Not Be Considered If The Location Is Irregularly Shaped. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel. structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner. address Or Described Location Of Building. location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area. description Of Ingress/egress To The Building From A Public Right-of-way. description Of The Uses Of Adjacent Properties. fema Map Of Location Evidencing Floodplain Status. a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. a Document Indicating The Type Of Zoning. a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use. building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development. any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building. a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement. action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. ************************************************************************************************ action Required: use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary. action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page. do Not Use For Full And Open Procurements. note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable. consideration Of Non-productive Agency Downtime In A Cba Should Be Rare. expressions Of Interest Due: wednesday, January 15, 2025, 12:00pm Est market Survey (estimated): january 20 22, 2025 occupancy (estimated): september 21, 2025 incumbent send Expressions Of Interest To: name/title: andrew D. Seaman, Lease Contracting Officer 8888 Keystone Crossing Suite 325 indianapolis, In 46240 email Address: andrew.seaman2@va.gov government Contact Information lease Contracting Officer lee M. Grant email Address: lee.grant@va.gov Attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; X (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; __ (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp. sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet indianapolis, In Domiciliary Lease Pre-solicitation Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification); Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date) hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi-purpose Building (municipal Compound) At Santiago, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety Four Thousand Five Hundred Seventy Five Pesos And 93/100 (php 19,994,575.93) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building (municipal Compound) At Santiago, Naujan, Oriental Mindoro (ib No. Cw-2025-007)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 318 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit A.1.1(3) B.3 B.7 (1) B.5 800(1) 803(1)a 804(1)a 804(1)b 804(4) 807(7) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 900(1)c6 902(1)a 903(2) 1046 (2) A1 1046 (2) A2 1004(2) 1007(1)a 1008(2) 1010(2)b Spl-1 1003(1)a1 1003(1)e2 1018(5) 1018(2) 1053(1)a 1027 (1) 1051(6) Spl-2 1032(1)a 1032 (1) С 1032 (2) 1016(1)b 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(6) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) 807(2) Construction Of Field Office For The Engineer Permits And Clearances Occupational Safety And Health Program Project Billboard/ Sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Structure Excavation Embankment From Borrow Gravel Fill Garden Soil Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (suspended Slab), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Framed Glass Door (sliding Type) Aluminum Glass Windows Wooden Panel Door Fabricated Stainless Steel Signages 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Prepainted Metal Panel Ceiling On Metal Frame Glazed Tiles Unglazed Tiles Carpet Floor Tiles Cement Plaster Finish Railings Interior Design Painting Works, Masonry, Concrete & Ceiling Painting Works, Steel Varnishing Works Waterproofing Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection & Cold Water Lines Plumbing Fixtures Catch Basin Septic Vault (concrete/chb) Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps Softscape 1.00 L.s 1.00 L.s 5.70 Mo. 1.00 Ea 399.52 M2 732.83 M3 661.40 M3 459.34 M3 32.04 M3 27.83 M3 130.09 M3 20.77 M3 47.64 M3 55.52 M3 84.84 M3 50,155.35 Kg 1,897.63 M2 827.29 M2 502.85 M2 1.00 L.s 6.30 M2 1.00 L.s 56.88 M2 1.00 L.s 492.82 M2 176.16 M2 388.50 M2 241.13 M2 90.56 M2 2,255.99 M2 1.00 L.s 1.00 L.s 2,748.81 M2 836.07 M2 113.76 M2 26.50 M2 126.63 M 320.52 M2 5,299.86 Kg 1,588.26 Kg 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 1.00 L.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 341.9 K)

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi- Purpose Building (auditorium) At Pola, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The Sb No. 2 - 20% Df 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety Eight Thousand Seven Hundred Seventy Five Pesos And 30/100 (php 19,998,775.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi- Purpose Building (auditorium) At Pola, Oriental Mindoro (ib No. Cw-2025-008)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 256 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit A.1.1(3) B.3 B.5 B.7 (1) Spl-i Spl-ii 104(2)a 803(1)a 804(4) 807(2) 900(1)c1 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1046(2)a2 1004(2) 1007(1)b 1008(1)c 1008(1)d 1010(2)b 1003(1)a1 1003(1)e2 1003(1)g2 1018(1) 1018(2) 1027 (1) 1032(1)a 1032 (1) C 1032 (2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(1) & 1047(10) 1047(2)b 1051(6) 1001(10) & 1002(27) 1002(4) 1001(11) 1001(6) 1101(33) 1100 (10) 1103(1) 1102(1) 1102(7) 1102(8) 1102(13) 1208(1) Construction Of Field Office For The Engineer Permits And Clearances Project Billboard/sign Board Occupational Safety And Health Program Fabricated Concrete Signage Cr Wall Partition Embankment From Borrow (common Soil) Structure Excavation (common Soil) Gravel Fill Softscape Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Aluminum Framed Glass Door (swing Type) Aluminum Glass Windows (awning) Aluminum Glass Windows (fixed) Wooden Doors (wood Panel) 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Prepainted Metal Panel Ceilling On Metal Frame Ceiling Pvc Ceiling On Metal Frame Ceiling Glazed Tiles And Trims Unglazed Tiles Cement Plaster Finish Painting Works, Masonry, Concrete Painting Works, Steel Varnishing Works Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel & Metal Structure Accessories Structural Steel Purlins Railings Pipes With Fittings Connection, Plumbing Works Plumbing Fixtures Septic Vault (concrete/chb) Catch Basin Wires And Wiring Devices Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Lighting Fixtures & Lamps Panel Board W/ Main & Branch Breaker Automatic Transfer Switch, Breaker Type Pad Mounted Distribution Transformer (oisc) With Complete Accessories Current Transformer Fire Alarm System 1.00 L.s. 1.00 L.s. 1.00 Ea 8.53 Mo. 1.00 L.s. 1.00 L.s 359.64 M3 425.00 M3 26.50 M3 1.00 L.s 137.56 M3 41.13 M3 50.05 M3 47.63 M3 22,896.00 Kg 1,224.39 M2 476.43 M2 418.60 M2 1.00 L.s. 7.56 M2 7.37 M2 85.21 M2 21.00 M2 521.83 M2 125.76 M2 151.97 M2 580.70 M2 95.95 M2 1,383.94 M2 1,380.06 M2 1,817.88 M2 42.00 M2 189.30 M 768.00 M2 1.00 L.s 3,380.13 Kg 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 1.00 L.s. 2.00 Set 1.00 L.s. 1.00 L.s. 1.00 L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 342 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n793.09|2b2|n/a|kyle.r.matsinger.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports||n/a|n00383|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months After Date Of Delivery|45 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332919|750||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Is A Competitive Spares Requirement For The Items Listed In This Solicitation. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, delivery Orders And Modifications) Related To The Instant Procurement are Considered To Be "issued" By The Government When Copies Are either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other electronic Commerce Methods, Such As Email. The Government's acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement to "issue" Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;6544d025-3; ) ;80020; , Revision ;g; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=6530c124 |80020| H| |d| | | | drawing Data=6544d025 |80020| G| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance indal Technologies Is A Canadian Company Whose Welding Certification Is In Accordance With The Canadian Welding Bureau (cwb) Vice Navsea Welding Certification Standards. Per Rei 23-22058 The Cwb Welding Certification Is Acceptable. quality Assurance Requirements 1. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 2. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded Andincluded In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation" paragraph Above Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 3. Production Lot Special Tests: N/a 4. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 5. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body. a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.2.1 Dimensional Test (special) ;applies; 4.2.2 Requirements Of: ;lke Drawing Package; 4.2.3 Form ;applies; 4.2.4 Fit ;n/a; 4.2.5 Function ;n/a; 4.2.6 Compliance With Drawing ( ;80020; ) ;6544d025; , Revision ;g; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.5 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.5.1 The Qar Shall Be Present To Witness All First Article Testing. 4.5.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.6 Disposition Of Fat Samples 4.6.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.6.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.8 Notice To Government Of Testing At The Contractors Facility. 4.8.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;6544d025-3; ; , Revision ;g; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.10 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.11 Special Inspection Requirements ( ;n/a; ) Magnetic Particle Inspection ( ;n/a; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;applies; ) High Shock Test ( ;applies; ) Mechanical Vibration Test 4.12 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is An Alre Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: Procurement Tdr (24-10083) The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command. Only Those Companies Who Have Submitted And Been Approved Will Be Eligible For Award Under This solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. \ date Of First Submission=asreq 16 Remarks (block 12) Concurrently With Delivery Of Fat Items. inspection/certification Data Needed To Substantiate The Quality Ofthe First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data Included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawing 6544d025. c. Hydraulic Requirements Per Drawing 6544d025. d. Electrical Requirements Per Drawing 6544d025. e. Shock And Vibration Requirements Per Drawing 6544d025. f. Dimensional Inspection Per Drawing 6544d025. g. Acceptance Test Per Drawing 6544d025. date Of First Submission=asreq 16. Remarms: (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawing 6544d025. c. Hydraulic Requirements Per Drawing 6544d025. d. Electrical Requirements Per Drawing 6544d025. e. Coating Per Drawing 6544d025. f. Shock And Vibration Requirements Per Drawing 6544d025. g. Dimensional Inspection Per Drawing 6544d025. h. Acceptance Test Per Drawing 6544d025.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Municipality Of Balingoan, Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Oriental Municipality Of Balingoan -o0o- Municipal Bids And Awards Committee Invitation To Bid For Construction Of Covered Court At Balingoan College - Phase 1 Mantangale, Balingoan, Misamis Oriental Itb No. Bal-apsu2025-009 1.the Local Government Unit Of Balingoan, Through The 20% Lgdf - Cy 2025 Intends To Apply The Sum Of Six Million Seven Hundred Twenty Thousand Eight Hundred Seventy Nine Pesos And 57/100 (php 6,720,879.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Covered Court At Balingoan College - Phase 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of Balingoan Now Invites Bids For Construction Of Covered Court At Balingoan College - Phase 1 (occupational Safety And Health Program, Removal Of Actual Structures/obstruction, Structural Steel Furnished, Fabricated, And Erected, Structure Excavation (common Soil), Gravel Fill, Backfilling Works, Structure Concrete (slab,footings & Slab On Fill), Class A 28 Days, Structural Concrete (columns, Class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Reinforcing Steel (deformed, Grade 60), Forms & Falseworks, Pre Painted Metal Sheets (longspan), Structural Steel (trusses), Structural Steel (purlins), Metal Structural Accessories (bolts), Metal Structural Accessories (sagrods), Metal Structural Accessories (turnbukles), Metal Structural Accessories (cross Bracing), Metal Structural Accessories (steel Plates), Painting Works (masonry Painting), Painting Works (metal Painting), Masonry Works). Completion Of The Works Is Required 240 Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i)bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4.interested Bidders May Obtain Further Information From Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours From 8:00 A.m. To 5:00 P.m. Mondays To Fridays Starting January 28, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. 6.bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At Bac Office, Municipal Building, Balingoan, Misamis Oriental. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. Activity Date & Time Venue Receipt Of Letter Of Intent (loi) & Issuance Of Bid Documents Jan. 28 - Feb. 14, 2025 8:00 Am – 5:00 Pm Bac Office, Municipal Bldg., Balingoan, Mis. Or. Pre-bid Conference Feb. 4, 2025 @ 10:00 Am. -do- Deadline For Submission Of Bid Documents February 17, 2025 @ 9:30 Am. -do- Opening Of Bids February 17, 2025 @ 10:00 Am. -do- 7.the Bids And Awards Committee Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8.for Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee Office Municipal Building, Balingoan, Mis. Or. Cell No. 09915779149 Glaver25@yahoo.com Sgd.reynon C. Ortiz, Enp,lpt Mpdo/bac Chairman Mun. Planning & Devt’ Office Lgu-balingoan, Mis. Or. 9011
Closing Date5 Feb 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)

City Of Pagadian Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Super Health Center (phase Ii) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7(2) Occupational Safety And Health Program Ls 1.00 Part Ii Completion Of Building A Finishing, Tiles, Ceiling & Steel Works 1003(1)e2 Minirib Ceiling Panel On Metal Frame Ceiling M2 109.16 1003(1)h Ceiling Air Ventilation Unit 31.00 1018(2)b Ceramic Tiles M2 268.41 1018(2)c Non-skid Outdoor Ceramic Floor Tiles M2 23.96 B Fabricated Materials 1004(2) Finishing Hardware Set 7.00 1010(2)b Wooden Panel Door M2 11.76 1008(1)d Aluminum Glass Window (fixed Type) M2 9.63 1051(6) Railings / Handrails Ls 1.00 C Painting Works 1032(1)a Painting Works (ceiling/masonry Painting) M2 897.59 1032(1)b Painting Works (wood Painting) M2 50.31 1032(1)d Wood Staining Works M2 9.69 D Architectural Features 1027(3) Decorative Stone M² 16.46 Spl 1 Wood Works Ls 1.00 Spl 2 Signages Ls 1.00 E Miscellaneous Works 1208(1) Fire Alarm System L.s. 1.00 1202(6)a Fire Extinguisher Ls 1.00 Spl 3 Other Miscellaneous Ls 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-04 Name Of Contract: Construction Of Super Health Center (phase Ii) Tiguma Zone 8, Pagadian City 2saip24-8000df-2a12 Approved Budget For The Contract -p 1,930,000.00 Completion Of Work -120 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 13, 2025 To January 20, 2025 2-issuance And Availability Of Bidding Documents January 13, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 2,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 13, 2025 To January 20, 2025
Closing Date20 Jan 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)

Public Service Delivery Tender

Others
Canada
Description: Manitoba Reference Number: Mb-mbpb-10s-00026 Issuing Department: Procurement And Supply Chain Date Issued: 20/12/2024 Issued By: Gom Psc Telephone: 204 945-6361 This Request For Quotation (solicitation) Is An Invitation By The Government Of Manitoba (manitoba), As Represented By The Minister Of Public Service Delivery, To Prospective Vendors To Submit Bid Submissions For The Supply And Delivery Of Quonset For The Department Of Natural Resources And Indigenous Futures. For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Subject Title: Rfq# 30109 - Supply & Delivery Of Quonset Contact Email: Bids@gov.mb.ca Contact Name: Marc Go Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor's Submission. Inquiry Submission Deadline: January 7, 2025 _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 21/03/2025 1.00 Each Gsin: N5600material: 77414 Structure, Building, Construction And Manufacturing Components And Supplies, As Described Below: Fabricated Enclosed Quonset Must Meet The Following Requirements: -,,30'x70'x21' Engineered, Governor Quonset Structure With Garage Door At One End And Enclosed At The Opposite End -,,engineered Truss Frame Built With High Strength, Galvanized, Allied 50/55 Steel That Is Rust And Corrosion-resistant -,,specialty Polyethylene Cover/fabric Material That Is Abrasion, Flex, And Uv Resistant; Heavyweight Woven Fabric No Less Than 0.59mm Thick, And A Grab Strength Of No Less Than 370 Pounds; White And Green In Colour -,,14'x14' Accutrack Raising Door (same Poly Fabric As Cover) -,,36" Man Door -,,4 Of End-mounted 3'x3' Louvered Vents (2 Each End) -,,43 Of 2.5'x2.5'x5' Steel Strapped Engineered Concrete Blocks (ground Anchors Will Not Work For This Location) -,,must Be Structurally Engineered And Plans Must Be Included; Engineered Fee Included -,,delivery At Whiteshell Fish Hatchery, West Hawk Lake. Notes: - Bids Must Be All-inclusive Of All Supplies, Materials, Delivery Charges - The Whiteshell Fish Hatchery Is Located On The Edge Of The Canadian Shield. The Site In Which The Quonset Is To Be Erected May Contain Rock Below Ground. Because Of This, Auger Piles May Not Be An Option For Anchoring The Quonset. ======================================================== Mandatory Submission Requirement: The Bid Must Be Signed By A Representative Of The Vendor With The Authority To Bind The Vendor. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: _______________________________________ Your Quotation Reference # (if Applicable) _____________________ Evaluation And Award : A. Pricing The Submitted Pricing Of Each Qualified Bid Submission Will Be Evaluated In Accordance With The Price Evaluation Method Which Is Generally The Lowest Overall Price Or Stipulated Lump Sum. In The Event That A Vendor's Pricing Appears To Be Abnormally Low In Relation To The Deliverables, Manitoba May Require The Vendor To Provide A Detailed Explanation Of The Pricing Information To Account For The Low Level Of Price And Confirm That All Requirements In Respect Of The Deliverables Have Been Taken Into Account. If The Vendor Is Unable To Satisfactorily Account For The Abnormally Low Pricing, Manitoba May Reject The Submission. Manitoba May Also Reject Any Submission That Contains Unbalanced Pricing. Pricing May Be Considered Unbalanced Where Nominal Or Significantly Understated Prices Are Proposed For Some Elements Of The Deliverables And Inflated Prices Are Proposed For Other Elements Of The Deliverables. Unbalanced Pricing Includes, But Is Not Limited To, #front-loaded# Pricing Which Contains Inflated Pricing For Deliverables To Be Provided Or Completed At The Beginning Of The Contract, Offset By Understated Pricing For Deliverables To Be Provided Or Completed Later In The Contract. B. Selection Compliant Vendors Will Be Ranked Based On The Price Evaluation. Subject To The Process Rules Contained In The Terms And Conditions Of The Solicitation Process, The Top-ranked Vendor Will Be Invited To Enter Into The Contract In Accordance With The Terms And Condition Of This Solicitation. In The Event Of A Tie, The Selected Vendor Will Be Determined By Way Of Coin Toss. The Selected Vendor Will Be Notified In Writing And Will Be Expected To Satisfy Any Applicable Conditions Of This Solicitation, Including The Pre-conditions Of Award Listed Below, And Enter Into The Contract Within The Timeframe Specified In The Selection Notice. Failure To Do So May Result In The Disqualification Of The Vendor And The Selection Of Another Vendor Or The Cancellation Of The Solicitation. C. Pre-conditions Of Award The Following Documents Will Be Required From The Top-ranked Vendor(s) As A Condition Of Award: Signed Bid Submission. Terms And Conditions: A. Solicitation Process: Manitoba General Terms And Conditions Are Incorporated By Reference Into This Solicitation And Shall Apply To The Solicitation. The Manitoba General Terms And Conditions Are Available And Can Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf B. Contract Award Process: The Purchase Order (po) To Be Issued To The Top-ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions To Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_condi Tions.pdf Deliverables: A. Product Offered: The Product Offered Must Meet The Specified Requirements And Expectations For Its Intended Use. If It Is The Vendor's Intention To Offer An Item Which Does Not Meet All The Specification Or Description As Outlined, Then Vendor Must Indicate All Intended Deviations Or Changes On The Return Quote. B. Delivery: F.o.b. Destination, Freight Prepaid To: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Is Vendor Able To Meet The Requested Delivery Date Of March 21, 2025 Or Earlier? Yes____ Or No ____ If No, Indicate A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Purchase Order. C. Quality: Any Product Supplied Must Be New, Unused, First Quality, And As Specified On The Contract/purchase Order. Demo Units Will Not Be Accepted. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions. D. Inspection And Acceptance: All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied Which, Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement At No Cost To Manitoba Or The Contract May Be Cancelled. Final Inspection And Acceptance Or Rejection Of The Goods Will Be Made Promptly As Practicable, But Failure To Inspect And Accept Or Reject Goods Promptly Does Not Mean That The Manitoba Government Has Accepted These Goods. The Government Of Manitoba Reserves The Right To Inspect The Goods For Up To 90 Days After The Date Of Delivery. Partial Acceptance Or Rejection Of An Order Does Not Release The Vendor From Its Responsibility To Complete The Order. E. Warranty: 1. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use - Would Usually Be Considered Commercial Application Not Consumer). Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above-stated Warranty. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty, Then, An Explanation Must Be Provided. 2. Warranty Service/location: Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. Is Warranty Service Provided On-site At Our Premises? Yes____ Or No ____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service, Closest To The Point Of Delivery, For This Tender<(>,<)> Company Name _______________________________________________ Location (city & Province) _________________________________ Do You Have A Toll-free Phone Number For Warranty Service? Yes____ Or No ____ If Yes, Specify:______________________________________________ 3. After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes____ Or No ____ If No, Indicate The Warranty Service Provider Below. Company Name _______________________________________________ Location (city & Province) _________________________________ 4. Non-warranty For Parts And Service: Provide Details As Follows For The Item(s) Offered (for Occasional Non-warranty Service And Parts Purchases). Current Labour Rate For In-shop Service: $_________ Per Hour Parts And Accessories Charged At: ________ % Discount From ___________ Prices (indicate Msrp, Wholesale, Etc.) F. Contract Term: The Term Of The Contract Will Be In Effect Upon Receipt Of The Purchase Order Until The Completion Of The Deliverables. G. Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Payment Term, Specify: ____________________________________________________________ H. Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax? Yes____ Or No ____ If No, Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No ____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items, Indicate T Or Nt Opposite Each Item Offered. I. Accounts Receivable Address: For Manitoba's Accounts Payable System Requirement, Is The Vendor's Invoice Address The Same As The Address For Both Orders/quotes And Account Receivable? Yes____ Or No ____ If No, Provide Complete Account Receivable Details, I.e. Box #, Building #, Street, City, Province, Postal Code, Etc. _______________________________________________________________ Proposed Delivery Address: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Tenders To Be Returned To: Www.merx.com Submissions Must Be Submitted Electronically Through Merx. It Is The Electronic Tendering System Used By Manitoba (the E-procurement System).
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-65 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Special Education Fund Intend To Apply The Sum Of Nine Hundred Seventy Eight Thousand Four Hundred Thirty Six Pesos And Sixty One Centavos (978,436.61) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Multi-purpose Hall Ranzo Elementary School. Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-65 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 1,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 19, 2024,- January 21, 2025 Bac Office Pre Bid Conference January 8, 2025 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 21, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 22, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 19, 2024-january 22, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 19, 2024-january 22, 2025 2. Dilg/abc Announcement Wall – December 19, 2024-january 22, 2025 3. Pinamalayan Public Market – December 19, 2024-january 22, 2025 Construction Of Multi-purpose Hall (ranzo Es) No. Qty. Unit Description I 1 Each Project Billboard / Signboard Ii 1 Lot Occupational Safety And Health Iii 1 Lot Hauling Of Materials Iv 8.64 Cu.m Structure Excavation, Common Soil And Embankment V 4.57 Sq.m Structural Concrete, Class A, 28 Days (footing And Column) Vi 538.21 Kgs. Reinforcing Steel (deformed), Grade 40 Vii 1 Lot Formworks And Falseworks Viii 1 Lot Metal Structure Accessories Ix 1 Lot Structural Steel (trusses, Facia Frame, Purlins, Sagrod And Cross Bracing) X 1 Lot Prepainted Metal Sheets, Long Span Rib Type And Fabricated Metal Roofing Accessory
Closing Date22 Jan 2025
Tender AmountPHP 978.4 K (USD 16.7 K)

Bureau Of Plant Industry Tender

Others
Philippines
Details: Description Rfq No. Hv 2025-01-17 Pr No. 25-01-17 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement For Other Supplies And Materials Under Hvcdp - Citrus Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lump Sum. 10. Deadline For Submission Of Bids: January 28, 2025 . 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fifteen (15) Working Days Upon Receipt Of Po. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 125,000.00 End User: Jayson Y. Palaylay Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 10 Pcs. Fabricated Steel Bed (l 2m X W 1m X Side Support 8"; Stand 2ft) 125,000.00 Grand Total 125,000.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi Compound, Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date28 Jan 2025
Tender AmountPHP 125 K (USD 2.1 K)
2821-2830 of 2920 archived Tenders