Fabrication Tenders

Fabrication Tenders

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 3.7 Million (USD 64.5 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Seven Hundred Seventy Thousand Nine Hundred Sixty-eight Pesos & 66/100 (php 3,770,968.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Ib # 2024-12-091. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 121 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). 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. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 From The 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 Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On January 2, 2025 At 1:00 P.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On January 14, 2025. 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 January 14, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 20, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2024-12-091 Name Of Project: Constuction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Location: Alanib, Lantapan, Bukidnon Abc: Php 3,770,968.66 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Structure Excavation, Common Soil Cu.m 43.10 2 Embankment Cu.m 34.96 3 Gravil Fill Cu.m 16.56 4 Reinforcing Steel (deformed, Grade 40) Kg 2,150.37 5 Structural Concrete - Class A, 28 Days Cu.m 60.35 6 Non Loadbearing (including Reinforcement), 100mm Sq.m 52.68 7 Cement Plaster Finish Sq.m 50.56 8 Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 12,397.37 9 Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 10 Metal Structure Accessories (cross Bracing) Pc 40.00 11 Metal Structure Accessories (steel Plates) Pc 30.00 12 Metal Structure Accessories (sagrods) Pc 210.00 13 Prepainted Metal Sheet (dura Curve Rib Type, Long Span) Sq.m 633.60 14 Fabricated Metal Accessory (box Type Gutter), Box Type End Flashing Molding) Ln.m 88.00 15 Forms Works And Scaffolding Bd.ft 1,500.00 16 Painting Works Sq.m 52.24 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 593.1 K (USD 10.1 K)
Details: Description Invitation To Bid For Completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro And Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 5% Ldrrmf Ca 2024 Intends To Apply The Sum Of Five Hundred Ninety Three Thousand One Hundred Forty Six Pesos And 59/100 (php 593,146.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro And Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro (ib No. Cw-2025-034)”. 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 24 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). Completion Of Evacuation Center At Sto. Domingo (lapog), Socorro, Oriental Mindoro Approved Budget For The Contract: Php 498,524.60 Item No. Description Qty/unit B.5 Spl-1 903(2) 900 902(1)a1 1046(2)a1 1018(2) 1014(1)b2, 1013(2)a2 & 1013(2)b1 1003(1)a1 1010(2)a & 1010(2)b Project Billboard/ Sign Board Demolition Formworks & Falseworks Structural Concrete, Class A, 28 Days Reinforcing Steel, Grade 40 100mm Chb Non-load Bearing (including Reinforcing Steel) Unglazed Tiles Pre-painted Metal Sheets (above 0.472mm Rib Type Long Span) & Fabricated Metal Roofing Accessory Fiber Cement Board Ceiling On Metal Frame Flush Door & Wooden Panel Doors 1.00 Ea 1.00 L.s 2.88 M2 6.20 M3 93.00 Kg 6.21 M2 47.10 M2 1.00 L.s 109.40 M2 1.00 Sq.m Completion Of Evacuation Center At Ranzo, Pinamalayan, Oriental Mindoro Approved Budget For The Contract: Php 94,621.99 Item No. Description Qty/unit B.5 900(1)c1 1018(2) Project Billboard/ Sign Board Structural Concrete, Class A, 28 Days Unglazed Tiles 1.00 Ea 2.41 M3 20.88 M2 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. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To January 24, 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 One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 24, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 24, 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. 9. 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. 10. 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 17, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 189.1 K (USD 3.2 K)
Details: Description Rfq No. 0080 Pr No. 0090-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Agricultural And Marine Supplies 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) Ü Dti Registration 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), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 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 Lot. 10. Deadline For Submission Of Bids: February 07, 2025 (8:00am). 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: Thirty (30) Calendar Days From The Receipt Of The Purchase Order (p.o.). 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 189,100.00 End User: Cpmd Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 2 Piece Aluminum Cage For Trichogramma Host (as Per Sample) 30,000.00 15 Piece Aluminum Cribs For Trichogramma Host (as Per Sample) 2,500.00 6 Piece Morisson Cage Glass (fiber Glass; Type (as Per Sample) 12,000.00 4 Piece Fabricated Durable Steel/ Aluminum Rack (thick 8 Layers) With Heavy Duty Wheels (lock) 4,900.00 "place Of Delivery: Bpi-manila Proposed Delivery Period: 30 Days" Grand Total 189,100.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila 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 Adress 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:_______________________________________________________________

City Of Oroquieta Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 319.9 K (USD 5.5 K)
Details: Description 1. 600 Bd.ft 120 Pcs. 2 X 3 X 10 Coco Lumber 2. 6 Kgs. #4” Common Wire Nails 3. 24 In.m 1.5mm X 2”x 6’ G.i C-purlins 4. 92.30 In.m 1.5mm X 2”x 3’ G.i C-purlins 5. 11 Lgths. 4.5mm X 1” X 1” Angle Bar 6. 6 Lgths 4.5mm X 1” Flat Bar 7. 2 Pcs. 4” Ǿ Cutting Disc. 8. 5 Kgs. Welding Rod 9. 2 Lghts. 10mm. Ǿ Deformed Bar 10. 3 Gals. Paralux Epoxy Primer 11. 2 Pcs. Baby Roller 12. 2 Pcs. #2 Paint Brush 13. 57.05 In.m. 0.5mm Thk. Rib Type Long Span Roofing 14. 14 Shts. 3/8” X 10” Hardi Sanipa 15. 400 Pcs. 2” Tex Screw 16. 5 Boxes 1/8” X 1” Blind Rivets 17. 7 Pcs. 1/8” Drill Bit 18. 2 Ltrs. Vulca Seal 19. 4 Sets Fabricated Plastic Air Ventilation 20. 21 Shts. 4.5mm Thk Hardiflex 21. 70 Lgths Double Furring 22. 0.25 Kg. #1” Concrete Nails 23. 530 Pcs. 4” X 8” X 16” Concrete Hollow Block 24. 95 Bags. Portland Cement 25. 11.0 Cu.m Fine Aggregates 26. 1.0 Cu.m Coarse Aggregates 27. 53 Lgths. 10mm Deformed Bar 28. 5 Kgs. #16 G.i Tie Wire 29. 2 Pcs. Hacksaw Blade 30. 2 Shts. ¼” Thk Ordinary Plywood 31. 53.33 Bd.ft 20pcs. 2 X 2 X 8 Coco Lumber 32. 0.5 Kg. 1 ½” Common Wire Nails 33. 2 Kgs. # 3” Common Wire Nails 34. 3 Sets 0.80m X 2.10m Solid Panel Door W/ 2” X 6” Door Jamb 35. 1 Set 0.60m X 2.10m Pvc Door Panel 36. 4 Sets Door Knob 37. 3 Sets Dead Lock 38. 6 Pairs 3 ½” X 3 ½” Stainless Loose Pin Butt Hinges 39. 155 Pcs. 60cm X 60cm Glazed Ceramic Tiles 40. 2 Pack Tile Grout 41. 1pc. 4” Ǿ Diamond Cutting Disc. 42. 1 Set Automatic Water Closet And Lavatory W/ Complete Accessories 43. 2 Lgths. 4” Ǿ Pvc Pipe 44. 3 Lgths. 2” Ǿ Pvc Pipe 45. 1 Pcs. 4” Ǿ X 4” Ǿ Pvc Wye 46. 1 Pc. 4” Ǿ X 2” Ǿ Pvc Reducing Tee 47. 3 Pcs. 4” Ǿ X 90ᵒ Pvc Elbow 48. 1pc. 4” Ǿ X 45ᵒ Pvc Elbow 49. 4 Pcs. 2” Ǿ X 90ᵒ Pvc Elbow 50. 6 Lgths. ½” Ǿ Pvc Blue Pipe 51. 8 Pcs. ½” Ǿ Pvc Blue Elbow 52. 4 Pcs. ½” Ǿ Pvc Blue Coupling 53. 2 Cans Solvent Cement 54. 1 Set 4” X 4” Stainless Floor Drain 55. 8 Pcs. 15 Watts Led Pinlight Bulb 56. 8 Pcs. Receptacle 57. 2 Pcs. Single Gang Switch 58. 2 Pcs. Two Gang Switch 59. 1 Pc. Acu Outlet 60. 4 Pcs. Three Gang Convenience Outlet 61. 5 Pcs. Utility Box 62. 5 Pcs. Junction Box 63. 80 Mtrs. 2.0mm Thhn Stranded Wire 64. 80 Mtrs. 3.5mm Thhn Stranded Wire 65. 12 Mtrs. 5.5mm Thhn Stranded Wire 66. 1 Roll ½”ǿ Flexible Hose 67. 10 Mtrs. 8.0mm Thhn Stranded Wire 68. 2 Pcs. Electrical Tape (3m) 69. 50 Mtrs. #6 Service Drop Wire 70. 1 Set 4- Branches Panel Board 71. 1 Lgth ¾”ǿ Pvc Orange Pipe 72. 2 Pcs. ¾”ǿ Pvc Elbow 73. 1 Pc. ¾”ǿ Entrance Cap 74. 1 Set Electric Meter 75. 1 Unit 15 Amp. 76. 1 Unit 20 Amp. 77. 1 Unit 30 Amp. 78. 1 Unit 40 Amp. 79. 4 Gals. Acrytex Primer Paint 80. 5 Gals. Flat Latex Paint 81. 1gal. Epoxy Seal(all Purpose) 82. 2 Pcs. Baby Roller(foam) 83. 2 Pcs. Paint Tray 84. 6pcs. #80 Sand Paper 85. 1 Unit 3’ X 4’ Tarpaulin Printing

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 19.9 Million (USD 344.4 K)
Details: Description Invitation To Bid For Rehabilitation Of Public Market At Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety One Thousand Eight Hundred Thirty Two Pesos And 96/100 (php 19,991,832.96) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Public Market At Bansud, Oriental Mindoro (ib No. Cw-2024-272)”. 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 115 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(8) B.5 B.7 (1) 800(2) 803(1)a 900(7) 903(2) 1032(1)a 1032 (1) С 1013(2)b1 1014(1)b2 1047(1) 1018(2) Spl-i Spl-ii Spl-iii Provision Of Living Quarters For The Engineer (rental Basis) Project Billboard/ Sign Board Occupational Safety And Health Program Removal Of Structures And Obstructions Structure Excavation (common Soil) Reinforced Concrete Formworks And Falseworks Painting Works (masonry/ Concrete) Painting Works, Steel Metal Roofing Accessories Pre-painted Metal Sheets Structural Steel Unglazed Tiles Escalator Including Installation & Delivery Fee Fabricated Stainless Signages Board Ups 3.83 Mos. 1.00 Ea 3.83 Mo. 1.00 I.s. 5.12 M3 1.28 M³ 20.32 M² 2,110.60 M² 7,679.25 M2 778.24 I.m 2,303.00 Sq.m 58,477.53 I.s 1,072.64 M² 2.00 Unit 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 December 13, 2024 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 December 23, 2024 To January 06, 2024 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 December 23, 2024 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 January 06, 2024 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 January 06, 2024 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 (december 23, 2024) Atty. Earl Ligorio R. Turano Ii Bac Chairperson

DEPT OF THE NAVY USA Tender

Metals and Non-Metals
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Military Sealift Command Combined Synopsis And Solicitation Notice Information 1. This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. 2. Solicitation Number Is N3220525q2188 And Is Being Issued As A Request For Quotes (rfq). This Solicitation Does Not Have A Defense Priorities And Allocation System (dpas) Rating. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through: a. Federal Acquisition Circular (fac) 2025-03, Effective 01/17/2025, Located At Https://www.acquisition.gov/browse/index/far b. Dfars Publication Notice 20250117, Effective 01/17/2025, Located At Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 4. The Associated North American Industry Classification System (naics) Code Is 332439 – Other Metal Container Manufacturing And The Associated Product Service Code (psc)/federal Supply Code (fsc) Is 3499 – Fabricated Metal Products, Not Elsewhere Classified For This Procurement: Note: A Class Waiver Is Not Applicable To A Procurement Unless The Naics Code, Psc/fsc, And Naics Code Descriptor Currently In Effect, Match The Item(s) Being Procured. 0 Is Not Being Set-aside For Small Businesses. 1 Is Being Set-aside For Small Business. The Small Business Size Standard Is _600__. 5. The Table Below Lists The Contract Line Item Number(s) (clin(s)) And Items, Quantities, And Units Of Measure, Inclusive Of Any Applicable Options: clin Description Quantity Unit Of Measure 0001 20 X 86" Refrigerated Iso Cargo Container Sea Box Part # Sb8140.6 Per Gsa Contract Gs-02f-0024p (pn: 69nt40-541-302) 3 Ea 0002 Rollers (pn: Sb3481) 3 Ea Wood Packaging / Dod Unique Identification / Shipping Not Separately Priced 6. It Is Anticipated One Firm-fixed Price Purchase Order Will Be Issued In Response To This Rfq. No Commercial Financing. 7. The Required Delivery Is Fob Destination And Acceptance Date Is April 18, 2025. Delivery And Acceptance Will Occur At Naval Station Norfolk, Msc Warehouse W143 (see Address Below). 8. The Provision At Far 52.212-1, Instructions To Offerors – Commercial Applies To This Acquisition And Is Incorporated By Reference. The Provision Is Amended As Follows: 52.212-1 (addendum) Instructions To Offerors--commercial Products And Commercial Services A. Any Inconsistency Between Far Provision 52.212-1 And The Addendum To Far 52.212-1 Shall Be Solved By Giving Precedence To The Addendum To Far 52.212-1. B. After Receipt Of Quotes The Government May, With Or Without Notice, Negotiate With And, If Desired, Seek Quote Revisions From As Many Or As Few Quoters As It, In Its Discretion, Deems Appropriate. C. The Term “offeror” Or “offer” As Used In Far 52.212-1 Shall Be Understood To Mean “quoter” And “quote,” Respectively. Further, The Term “award” Shall Be Understood To Describe The Government’s Issuance Of An Order. D. The Government Will Consider All Quotes That Are Timely Received And May Consider Late Quotes In Accordance With 52.212-1. Failure Of A Quote To Address Any Items Listed In The Attached Submission Package May Make A Quote Unacceptable. E. Paragraph (b) Of Far Provision 52.212-1, Submission Of Offers, Is Amended As Follows: In Addition To The Quote Submission Requirements Stated In Far Provision 52.212-1, Quoters Shall Provide The Following, As Part Of The Quote Submission Package, No Later Than The Required Time And Date For Quote Submission: Responsible Sources Shall Provide The Following: 1. Price Quote Which Identifies The Requested Item(s), Unit Price Inclusive Of Shipping (if Any), And Extended Price 2. Total Firm Fixed Price 3. Any Discount Terms 4. Estimated Time Of Delivery 5. Technical Submission Requirements a. For Parts/supply Buy, The Quote Shall Contain A Description Including Part Number And Title For Each Item Listed In The Solicitation To Allow The Government To Verify That The Quoted Parts Match The Requirements Listed In The Requirements Schedule. b. For A Service Buy, The Quote Shall Contain All Pre-award Submission/certification Requirements As Defined In The Statement Of Work (sow). 6. Indicate Principal Place Of Performance And Country Of Product Origin. 7. Responses To The Solicitation Are Due No Later Than 1:00pm Est On January 24, 2025. Quotes May Be E-mailed To Samuel.n.queen2.civ@us.navy.mil. To Be Considered Timely, An E-mail Quote Must Be Received In Its Entirety In The Designated E-mail Inbox By The Due Date And Time For Quote Submission. Reference The Solicitation Number On Your Quote. E-mail Quotes Shall Be In Either Adobe Or Microsoft Office Format. No Other Method Of Submission Is Acceptable. Primary Point Of Contact: Samuel Queen, Samuel.n.queen2.civ@us.navy.mil

Oriental Mindoro Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.7 K)
Details: Description Invitation To Bid For Construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2024 Intends To Apply The Sum Of Three Million Four Hundred Ninety Four Thousand Four Hundred Fifty Seven Pesos And 54/100 (php 3,494,457.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro (ib No. Cw-2025-022)”. 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 85 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 B.5 800(1) 801(1) 803(1)a 804(4) 900(1)c2 900(1)c3 900(1)c4 902(1)a 903(2) 1032(1)a 1032(1)с 1013(2)a1 & B1 1014(1)b2 1047(2)a 1047(2)b 1047(10) Project Billboard/ Sign Board Clearing And Grubbing Removal Of Structure And Obstruction Structure Excavation (common Soil) Gravel Fill 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 Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks Painting Works, Concrete/masonry Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories 1.00 Ea 510.00 M2 1.00 I.s. 71.45 M3 7.30 M3 61.80 M3 9.87 M3 18.69 M3 5,849.63 Kg 373.56 M2 137.20 M2 886.75 M2 143.00 M 714.12 M2 10,151.55 Kg 2,544.30 Kg 1.00 I.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. 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 Five Thousand Pesos (php 5,000.00). 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

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.08|t2n|215-697-1143|alexis.healy@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 Report (combo) Type||cognizant Dfas|n00383|cognizant Dmca|cognizant Dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| 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|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|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|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Solicitation Has Been Hereby Extended For 14 Days. \ this Solicitation Will Be Using Competitive Procedures. this Solicitation Is For Made New Manufacture Spare Parts. this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria Submitted Via Quote. offers Submitted Will Be Evaluated Based On The Following Criteria: Lead Time, Price, Past Performance And Capacity. the Closing Date For This Solicitation Is Listed On Page 1. the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date. the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated. 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 E-mail. The Government?s Acceptance Of The Contractor?s Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. \ 1. Scope 1.1 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. 1.2 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. 1.3 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.4 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. 1.5 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.6 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. 1.7 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.8 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. 1.9 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawcad Lakehurst; Drawing Number ( ;611843-1; ) ;80020; , Revision ;l; And All Details And Specifications Referenced Therein. 1.10 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. 1.11 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=a87885 |80020|26| |a| | | | drawing Data=mpr 1059 |80020| L| |d| | | | drawing Data=mpr 1221 |80020| R| |d| | | | drawing Data=322220 |80020| E| |d| | | | drawing Data=322226 |80020| E| |d| | | | drawing Data=413274 |80020| F| |d| | | | drawing Data=413275 |80020| H| |d| | | | drawing Data=414173 |80020| K| |d| | | | drawing Data=414511 |80020| E| |d| | | | drawing Data=508458 |80020| N| |d| | | | drawing Data=509045 |80020| H| |d| | | | drawing Data=611843-1 |80020| L| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance 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. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; 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 And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b 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. 2. Production Lot Special Tests: N/a 3. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrantinspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 4. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Belowas Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certifilaboratories). Ndt certificatesshall Be Bear The Symbols Of Accreditation Andthe 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 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;applies; ) Welding ( ;applies; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;applies; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machined Tolerances; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;611843-1; , Revision ;l; And Specifications Referenced Therein. 4.4 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 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 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. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawc Qa (732) 323-4986; 4.7 Disposition Of Fat Samples 4.7.1 ; ; Sample(s) May Be Destroyed During Testing. 4.7.2 ;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. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;611843-1; ; , Revision ;l; ; 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. 4.10 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:_________ 4.11 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;applies; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) 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 Nawc Qa (732) 323-4986; 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 A Alre Item Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. Navsup Reference Only: (23-10085): Procurement 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 Request For Source Approval And Been Approved Will Be Eligible For Award Under This Solicitation Any Company Submit A Source Approval Request As Outlined In This Solicitation. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The manufacturer For A Period Of Seven Years. \ date Of First Submission=asreq 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. Assembly Per Drawing 611843. c. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045. d. Heat Treatment Per Drawings A87885, 413274. e. Hardness Per Drawings A87885. f. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045. g. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045. h. Penetrant Inspection Per Drawings 413274, 414173. i. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045. j. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173, 414511, 509045. k. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=asreq data Requirements: a. Copies Of All Approved Requests For Variations. b. Assembly Per Drawing 611843. c. Finish Per Drawing 611843, 508458. d. Cadmium Plating Per Drawing 413275, 322220, 322226. e. Nickel Chromium Plating Per Drawing 413275. f. Material And Mill Certifications Per Drawings A87885, 413275, 508458, 322220, 322226, 413274, 414173, 414511, 509045. g. Heat Treatment Per Drawings A87885, 413274. h. Hardness Per Drawings A87885. i. Dimensional Inspection Per Drawings A87885, 413275, 322220, 322226,413274, 414173, 414511, 509045. j. Magnetic Particle Inspection Per Drawings A87885, 413275, 508458,414511, 509045. k. Penetrant Inspection Per Drawings 413274, 414173. l. Identification And Marking Per Drawings A87885, 413275, 508458, 322220, 413274, 414173, 414511, 509045. m. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters;and Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawings A87885, 413275, 508458, 322226,414173,414511, 509045. n. Welding And Inspection Iaw Navsea S9074-ar-gib-010/278, Class M2,category B Per Drawing 508458. date Of First Submission=090 Dac contract Referecnce Navsea S9074-ar-gib-010/278 remarks: (block 5) Data Requirements: a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing508548. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Begiven By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac contract Reference Navsea S9074-aq-gib-010/248 remarks: (block 5) Data Requirements A. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 508548. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq remarks: (block 5) Contract Reference a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Draweing 508548. (block 12) Date Of First Submission - 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navsea S9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks (block 5) Contract Reference a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac remarks: (block 5) Contract Reference b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 508548. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.1 Million (USD 54.5 K)
Details: Description Invitation To Bid For Construction Of Senior Citizen's Building At Ogbot, Bongabong, Oriental Mindoro And Construction Of Senior Citizen's Building At San Isidro, Bongabong, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2025 Intends To Apply The Sum Of Three Million One Hundred Eighty Nine Thousand Five Hundred Fifteen Pesos And 12/100 (php 3,189,515.12) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Senior Citizen's Building At Ogbot, Bongabong, Oriental Mindoro And Construction Of Senior Citizen's Building At San Isidro, Bongabong, Oriental Mindoro (ib No. Cw-2025-014)”. 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 126 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). Construction Of Senior Citizen's Building At Ogbot, Bongabong, Oriental Mindoro Approved Budget For The Contract: Php 1,594,757.56 Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027(1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032(1)с 1032(2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) Permits And Clearances Project Billboard/sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill 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) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works 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 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 1.00 L.s. 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 I.s 1.00 I.s. 3.36 M2 1.89 M2 1.00 I.s. 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 I.s 1.00 I.s. 1.00 L.s. 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 Kg 1.00 L.s 1.00 L.s 1.00 L.s. 1.00 L.s 1.00 I.s. 1.00 L.s. 1.00 I.s. 1.00 L.s. Construction Of Senior Citizen's Building At San Isidro, Bongabong, Oriental Mindoro Approved Budget For The Contract: Php 1,594,757.56 Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027(1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032(1)с 1032(2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) Permits And Clearances Project Billboard/sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill 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) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works 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 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 1.00 L.s. 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 I.s 1.00 I.s. 3.36 M2 1.89 M2 1.00 I.s. 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 I.s 1.00 I.s. 1.00 L.s. 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 Kg 1.00 L.s 1.00 L.s 1.00 L.s. 1.00 L.s 1.00 I.s. 1.00 L.s. 1.00 I.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. 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 Five Thousand Pesos (php 5,000.00). 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

Oriental Mindoro Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.1 Million (USD 54.5 K)
Details: Description Invitation To Bid For Construction Of Senior Citizen's Building At Malinao, Naujan, Oriental Mindoro And Construction Of Senior Citizen's Building At Motoderazo, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2025 Intends To Apply The Sum Of Three Million One Hundred Ninety Thousand Six Hundred Fifty Five Pesos And 47/100 (php 3,190,655.47) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Senior Citizen's Building At Malinao, Naujan, Oriental Mindoro And Construction Of Senior Citizen's Building At Motoderazo, Naujan, Oriental Mindoro (ib No. Cw-2025-016)”. 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 126 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). Construction Of Senior Citizen's Building At Malinao, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 1,595,680.89 Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027(1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032(1)с 1032(2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) Permits And Clearances Project Billboard/sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill 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) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works 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 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 1.00 L.s. 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 I.s 1.00 L.s. 3.36 M2 1.89 M2 1.00 I.s. 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 L.s 1.00 L.s. 1.00 L.s. 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 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 Construction Of Senior Citizen's Building At Motoderazo, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 1,594,974.58 Item No. Description Qty/unit B.3 B.5 800(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1004(2) 1008(2) 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027(1) 1051(6) Spl-2 1005(6) 1032(1)a 1032(1)b 1032(1)с 1032(2) 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1100 (10) 1101(33) 1102 (1) 1103(1) Permits And Clearances Project Billboard/sign Board Clearing And Grubbing Structure Excavation (common Soil) Embankment From Borrow Gravel Fill 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) Finishing Hardwares Aluminum Glass Windows Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Window Accessory Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works 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 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 1.00 L.s. 1.00 Ea 72.25 M2 28.11 M3 14.81 M3 3.28 M3 11.48 M3 2.61 M3 3.34 M3 3.94 M3 2,521.20 Kg 151.06 M2 192.52 M2 1.00 I.s 1.00 L.s. 3.36 M2 1.89 M2 1.00 I.s. 72.25 M2 38.76 M2 60.62 M2 293.14 M2 1.00 L.s 1.00 L.s. 1.00 L.s. 365.39 M2 6.72 M2 97.78 M2 3.78 M2 50.00 M 68.00 M2 995.25 Kg 354.66 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 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. 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 Five Thousand Pesos (php 5,000.00). 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. Mount 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
2841-2850 of 2920 archived Tenders