Fabrication Tenders
Fabrication Tenders
Indian Coast Guard - ICG Tender
GEM
India
Closing Date23 Jan 2025
Tender AmountINR 411.9 K (USD 4.7 K) This is an estimated amount, exact amount may vary.
Description: CATEGORY: Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H090 Alteration
and sunmica furnishing of MSO Locker is required view
sunmica got uprooted Qty 01 Mat Wood; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H091 Marking of
unit name on Life buoy is faded view markings needs to be
done Qty 09 nos; Service Provider , Repair, Maintenance,
and Installation of Plant/ Systems/Equipments (Version 2) -
C414; H092 Faucet clamp of EPs bathroom to be
renewedQty 02 Nos Mat As per Sample; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H093 Radio hazard
board deteriorated Radio hazard board is required for
understanding the safe clearance of men from harmful
radiations at particulars frequencies .. , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - C414; H094 Curtains of various cabin bunks are
perished view wear and tear during rough seas and are
required to replaced a Captains Cabin 01 no b EPs mess 04
Nos c SOs.. , Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H095 Marking of
upper decks and naming of compartment and doorsHatches
needs to be carried out; Service Provider , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - C414; H096 Floors mat of various places faded
and deteriorated a Bridge b Dinning Hall c EPs mess d
Captains cabin e ward room; Service Provider , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - C414; H097 Sofa and seat covers of dinning hall
are faded perished view wear tear Same may be renewed
Mat Turkish Cloth Dimensions 20 mtrs x 20 mtrs; Service
Provider , Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H098 Chains for
upper deck hatch stopper pin are deteriorated Chains for
upper deck hatch is required for holding the hatches during
rough weather Same may be rene.. , Repair, Maintenance,
and Installation of Plant/ Systems/Equipments (Version 2) -
C414; H099 Curtains of Dinning Hall needs to be renewed
view wear and tear of curtain clothes Qty 02 Nos Mat as per
sample; Service Provider , Repair, Maintenance, and
Installation of Plant/ Systems/Equipments (Version 2) - C414;
H100 Grease nipples of hatches on upper deck deteriorated
and blocked Grease nipples of hatches and doors are
required for greasing and smooth functioning of hatch.. ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H101 Rubber
beading of upper deck hatches are deteriorated and
required to be replaced Rubber beading of hatches and
doors are damaged and failed in chalk test and.. , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - C414; H102 Door Curtains for wardroom may
be fabricated Qty 01 Nos Mat Curtain; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - C414; H103 Sunmica of
dinning hall table is uprooted wear tear Same may be
replacedDimensions 5 x 2 Ft Mat Sunmica; Service Provider
Department Of Agriculture Tender
Machinery and Tools
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 2.3 Million (USD 40.7 K)
Details: Description Invitation To Bid Supply And Delivery Of Various Equipment For Implementation Under Nupap 2025 1. The Department Of Agriculture Regional Field Office No. 5, Through The General Appropriations Act (gaa) For 2025- Nupap Intends To Apply The Sum Of Two Million Three Hundred Sixty Thousand Pesos (php2,360,000.00) Being The Abc To Payments Under The Contract For Itb No. 2025-nupap-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Partial Bid Is Not Allowed. 2. The Department Of Agriculture Regional Field Office No. 5 Now Invites Bids For The Following: Qty Description Unit Cost Total Cost Location Of The Project Delivery Of The Goods 4 Units Fabricated Autoclave Specifications: Material: 3 Mm, Mild Steel Plate Capacity: 100 Catsup Bottle, Min With Safety Relief Valve And Ball Valve With Stainless Rack With Heavy Duty Pressure Gauge With Bolt Type Lock Easy Open System With Sterilization Temperature Of At Least 120° Celsius Accessories: With Attached Steel Plate Da-nupap Logo For Osh: Provision Of Two (2) Pairs Of Safety Gloves Per Unit 50,000.00 200,000.00 Please See Section Vi. Schedule Of Requirements For The Breakdown Of Delivery 90 Cd Upon Receipt Of Ntp 4 Units Fabricated Pasteurizer Box Type Cabinet Specifications: Length: 4 Ft, Min Width: 4 Ft, Min Height: 6 Ft, Min Capacity: 750 Fruiting Bags, Min With Heavy Duty Temperature Gauge With Direct Boiler Number Of Trays: 3 Layers, Min, Detachable Body: Built In Heavy Metal And Mild Steel Plate Can Withstand At Least 60°c Temperature, Min Accessories: With Attached Steel Plate Da-nupap Logo For Osh: Provision Of Two (2) Pairs Of Safety Gloves Per Unit 115,000.00 460,000.00 4 Units Fabricated Electric Bagging Machine Specifications: Power: Electric Motor, Single Phase, 2 Hp, Min Capacity: 200 Fruiting Bags Per Hour, Min Bagging Assembly: Presser Type Mobility: Mobile Type Fit For 7"x14" Polypropylene Plastic Bag With Pedal Switch Starter Kit: 3500 Pcs Of 7"x14" Polypropylene Plastic Bag Accessories: With Attached Steel Plate Da-nupap Logo For Osh: Provision Of Two (2) Pairs Of Safety Gloves Per Unit Provision Of Two (2) Pairs Of Heavy Duty Dust Filtering Mask Per Unit 90,000.00 360,000.00 4 Units Fabricated Electric Ribbon Mixer Machine Specifications: Power: Built-in 2 Hp, Min, Electric Motor (single Phase) Built-in Speed Reducer 60 Ratio 1:30 Capacity: 100 Kg, Min Mixing Drum Position: Horizontal Mixing Blade: Ribbon Type Mode Of Installation: Stationary Mixing Type: Batch Noise Level: 96 Db (a), Maximum With Circuit Breaker (on/off Switch) Length: 4 Ft, Min Width: 2 Ft, Min Height: 100 Cm, Min Accessories: With Attached Steel Plate Da-nupap Logo For Osh: Provision Of Two (2) Pairs Of Safety Gloves Per Unit Provision Of Two (2) Pairs Of Heavy-duty Dust Filtering Mask Per Unit Provision Of Two (2) Pairs Of Earmuffs Per Unit 110,000.00 440,000.00 4 Units Fabricated Inoculation Chamber Specifications: Length: 38 In, Min Width: 50 In, Min Height (back): 24 In, Min Height (front): 12 In, Min Frame Made Of Stainless Steel Made Of Thick Non-rattling Glass Front Side Slanting Provided With Openable Glass Door For Convenient View Of The Specimens Placed Inside Lower Portion With Two Round Openings: 9 Cm, Min Diameter Each With Sliding Cover Mounted On Steel Metal Based Table Height: 90 Cm Mobility: With Wheels *provided With One (1) T5 Fluorescent Tube (preferably With Color Temperature Of 6,000-7,000k, Cool Daylight Color), 2ft *provided With One (1) Uvc Tube (with Wavelengths Ranging From 100-280 Nm) Accessories: With Attached Steel Plate Da-nupap Logo For Osh: Provision Of Two (2) Pairs Of Specialized Uv Protective Goggles Per Unit Provision Of Two (2) Pairs Of Specialized Uv Protective Gloves Per Unit Provision Of Two (2) Units Of Laboratory Apron 200,000.00 800,000.00 4 Units Fabricated Used Oil Stove Burner Specifications: Burner Size: 8 Inches, Min Industrial Electric Snail Blower: Heavy Duty Blower: 2 Inches, Min, Electric Centrifugal Blower Rated Voltage: 220v Frequency: 60hz Speed: 3600 Rpm, Min Flow Rate: 192 M3/hr, Min *inclusion Of 2 Pieces Of 20 Liters Blue Water Container For Used Oil For Osh: Provision Of Two (2) Pairs Of Safety Gloves Per Unit Provision Of Two (2) Pairs Of Heavy-duty Dust Filtering Mask Per Unit 25,000.00 100,000.00 Requirements: *all Units Must Be Tested And Inspected Before Delivering On-site To The Recipient. *must Have A Service Center Within The Region *with System Operation And Maintenance Manual For Both Operator And Da *with Product Demonstration And Operations And Maintenance Training (including Fuel And Raw Materials For The Demonstration) Bidders Should Have Completed, Within Two (2) 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office No. 5 And Inspect The Bidding Documents At The Address Given Below During Mondays – Fridays, 8:00 Am To 5:00 Pm Except For Holidays, Saturdays And Sundays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 17, 2024 (1:00 Pm) 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Da Rfo 5 Will Hold A Pre-bid Conference On February 3, 2025; 1:30 Pm At 3rd Flr. Training Hall, Operations Bldg., Da Rfo-5, San Agustin, Pili, Camarines Sur, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 17, 2025; 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025; 1:30 Pm At The Given Address Below 3rd Flr. Training Hall, Operations Bldg., Da Rfo-5, San Agustin, Pili, Camarines Sur And/or Through Teleconferencing/webcasting Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case Of A Tie Bid, The Bac Will Conduct The Guidelines On The Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method Thru Draw Lots In Case Of Two Or More Bidders Have Been Post-qualified Determined As The Bidder Having The Lowest Calculated And Responsive Bidder (lcrb) (gppb Circular No. 06-2005). 11. The Da Rfo 5 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Office Department Of Agriculture, Regional Field Office No. 5 San Agustin, Pili, Camarines Sur 4418 Email Address: Bacrfo5@gmail.com You May Visit The Following Websites: For Downloading Of Bidding Documents: Bicol.da.gov.ph . January 22, 2025, San Agustin, Pili, Camarines Sur Lorenzo L. Alvina Oic, Rtd For Research And Regulations Chairperson, Bids And Awards Committee
BARANGAY POBLACION, LIBACAO, AKLAN Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 117 K (USD 2 K)
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Libacao Barangay Poblacion * * * The Barangay Council Of Poblacion, Libacao, Aklan Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract: 1. Contract I.d.: 04poblacion2025 Contract Name: Construction Of Gutter Type Drainage Contract Location: Purok 3, Brgy. Poblacion, Libacao, Aklan Brief Description: I. Excavation ( Hard/concrete Surface ) Ii. Concrete Wall Iii.fabrication And Installation Of Steel Drainage Cover Approved Budget For The Contract (abc): ₱ 117,086.00 Source Of Funds: Barangay Fund Contract Duration: 90 C.d. The Bac Is Conducting The Public Bidding For This Contract In Accordance With Ra 9184 And Its Implementing Rules And Regulations (irr). To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a)filipino Citizen Or 75% Filipino-owned Partnership/corporation With Pcab License For Size Range _____, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post Qualification And Award. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1.issuance Of Bidding Documents January 27, 2025 – February 12, 2025 *hard Copies At Brgy. Office Brgy. Poblacion, Libacao, Aklan 2.pre-bid Conference - - 3.received Of Bids By The Bac February 12, 2025 10:00am Brgy. Office, Brgy. Poblacion, Libacao, Aklan 4.opening Of Bids February 12, 2025 10:00am Brgy. Office, Brgy. Poblacion, Libacao,aklan Bidders Shall Pay The Bac A Non-refundable Fee Of Php 500.00 For The Bidding Documents, Upon Securing Hard Copies Of The Documents. Bidders That Downloaded The Documents From The Philgeps Website Shall Pay The Fee Upon Submission Of Their Bids. Bidder Shall Show Proof Of Evidence That They Are The Authorized Representative To Submit/drop Bid Of The Contractor They Represent. The Barangay Council Of Poblacion Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Bac Chairman: Susana R. Asiong Address: Brgy. Poblacion, Libacao, Aklan Contact No. 09567132443 Bac Secretariat: Stella N. Rollo Address: Brgy. Poblacion, Libacao Aklan Contact No. 09462339453 Approved By: Susana R. Asiong Bac Chairman Date Of Publication: January 27, 2025
City Of Antipolo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 7 Million (USD 119.7 K)
Details: Description A. Contract Id : Antipolo-05february2025-09 B. Name Of Project : Construction Of Solar Powered Water System At Payagwan Nursery, Kaysakat Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Construction Of Solar Powered Water System E. Major Item Of Works : Drilling Works;fabrication Of Elevated Steel Water Tank; Construction Of Pump Control Room F. Approved Budget For The Contract : Php 7,000,000.00 G. Duration : 120 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 17 - February 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 24, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Bureau Of Fisheries And Aquatic Resources Region Xi Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 445 K (USD 7.5 K)
Details: Description Fabrication, Improvement, Installation And Materials For Post Harvest Equipment (fiberglass/stainless Steel Equipment And Etc.) 1 Lot Elevated Solar Dryer (l=1.5m, H=1.5m, W=0.80m) With 12 Individual Drying Trays 1 Unit Frames Made Of Aluminum Square Tubings, Angle Bars And Flat Bars Platform For Drying Tray Made Of Aluminum Expanded Wire Top Cover Made Of Acrylic Sheet Fully Secured Using Aluminum Angle Bars Covering Materials For Side Walls Made Of Stucco Embosed Aluminum Sheets Bottom Cover Made Of Perforated Aluminum Sheet (circular Perforations) Upper Ventilation Covered With Stainless Steel Wire Mesh Screen All Accessories For Door Such As Hinges, Handle And Latch Made Of Stainless Steel Free Delivery On-site Please See The Attached Drawings For More Details Of The Specifications Motorcycle Fishbox With Bracket (customized) 4 Units Chest Cooler, 50qt Capacity, Wheeled And Durable; Free Delivery On-site 1 Pc Post Harvest Materials 1 Lot Food Dehydrator 2 Units Dimensions: 0.51m(l) X 0.41m(w) X 0.67m(h) Material: 304 Stainless Steel 20 Layers Voltage: 220v With Philippine Standard (ps) Mark/import Commodity Clearance (icc) Sticker Free Delivery On-site Insulated Fish Containers 8 Units Material: Food Grade Medium Density Polyethylene (mdpe) Resin With Uv Stabilizer; Process: Rotationally Molded; Insulator: Polyurethane Foam; 50 Liters Capacity, Color Blue, 0.535m X 0.487m X 0.450m With Engrave Bfar Logo, Foam Insulated Free Delivery On-site Please See The Attached Drawings For More Details Of The Specifications Electronic Digital Weighing Scale 30kg Capacity, Table Top 1 Unit Max. Weight: 30kg; With 5g Graduation Rechargeable: More Than 5 Days Lifespan Power Source: Either 220v Or 3 Pcs Size D; Display: Led Screen Table Size: 330x240mm; Waterproof Strong Base, Thickened Weighing Pan High Quality Sensor With Greater Measurement Capabilities Charging Voltage: 220-240v 50/60hz With Philippine Standard (ps) Mark/import Commodity Clearance (icc) Sticker; Free Delivery On-site Single Burner Heavy Duty Cast Iron Gas Stove With 11 Kg. Lpg Tank & Accessories 1 Unit Superior Heat Efficiency, Automatic Ignition Switch, Suitable For Indoor And Outdoor Use Burner Size: 31a 60cm X 34cm Hose: 1.2m Free Delivery On-site Refrigeration Equipment & Accessories 1 Lot Chest Freezer-inverter, 10.6 Cu.ft 1 Unit Solid Door With Sliding Glass Interior Light (led Light) With Four Wheel Roller Warranty: 2 Years On Parts And Labor: 5 Years On Compressor Free Delivery To Bfar Xi, Pfo-davao Occidental Fishing Supplies And Materials For Semi Commercial - Payao (1 Unit) 1 Lot P.e Rope #36, 18mm, 200m/roll 12 Rolls P.e Rope #16, 8mm, 200m/roll 1 Roll Stainless Swivel 3/4" X 6" Dia 1 Pc Rubber Tire Strips, 2" (15m/roll) 2 Rolls Rubber Tire Ring #17" Θ 33 Pcs Cable Wire #14, Galvanize 33 Meters Concrete Mooring, (customized: 20"x16"x24", Solid, With Tire Ring (9cm Width; 2.3 Cm Thickness); Weigth-1000kgs/piece 4 Pcs Mononylon 180lbs, (5rolls/kg) Durable, Strong, Glossy, Proven And Tested, With Long Life-span High Quality 1.5 Kgs Tie Wire No. 14, Galvanized Iron 27.5 Kgs Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Purpose: To Be Used For Post Harvest, Fish Processing Operation And Replacement Of Materials For Damaged Semi Commercial Payao Under The Saad Phase Ii Project Implementation In Davao Occidental For Cy 2025.
MUNICIPALITY OF JARO, LEYTE Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 2.4 Million (USD 41 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Jaro Invitation To Bid For The Construction Of Kadiwa Center, Barangay Caglawaan, Jaro, Leyte Pb-03-25 1. The Municipality Of Jaro, Through The Implementation Of Kadiwa Financial Grant Assistance Program Of The Department Of Agriculture Regional Field Office 8, Intends To Apply The Sum Of Two Million Four Hundred Thousand Pesos (php2,400,000.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Kadiwa Center, Barangay Caglawaan, Jaro, Leyte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred (100) 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). Description Of Works Item No. Scope Of Work Quantity Unit Name Of Poject: Construction Of Kadiwa Center Contract Location: Brgy. Caglawaan, Jaro, Leyte No. Of Days To Complete: 100 Calendar Days I Occupational Safety & Health Program 1.00 Lot Ii Mobilization/demobilization 1.00 Lot Iii Excavation For Structure 22.66 Cu.m. Iv Formworks & Scaffolding 79.92 Sq.m V Steel & Concrete Works 15.98 Cu.m. Vi Masonry Works Including Steel Reinforcement 102.46 Sq.m. Vii Roofing Works 154.80 Sq.m Viii Ceiling Fabrication & Carpentry Works 98.53 Sq.m. Ix Doors & Windows 1.00 Lot X Plumbing Works & Water Supply 1.00 Lot Xi Electrical Works 1.00 Lot Xii Tileworks 12.41 Sq.m Xiii Painting Works 248.12 Sq.m Xiv Project Billboard 1.00 Lot 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 Municipality Of Jaro, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm On Official Working Days 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, January 14, 2025 From Given Address 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 (php5,000.00) Only. The Procuring Entity Shall Allow The Bidder Or His/her Authorized Representative To Present Its Proof Of Payment For The Fees In Person. 6. The Municipality Of Jaro Will Hold A Pre-bid Conference On Wednesday, January 22, 2025 At 10:00am At Bac Office Municipal Building, Cor. Real And Del Carmen Sts. Brgy. I Poblacion, Jaro, Leyte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, Municipal Building, Cor. Real And Del Carmen Sts., Jaro, Leyte On Or Before 10:00 O’clock In The Morning, Monday February 03, 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 Monday, February 03, 2025 At 10:00 O’clock In The Morning, At The Given Address Below, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Jaro 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: Luz D. Raganit Bac Office Municipal Building Cor. Real And Del Carmen Sts. Brgy. I Pob., Jaro, Leyte Email: Raganitluz@gmail.com January 14, 2025 (sgd)engr. Pempe C. Quiňones Bac Chairperson
MUNICIPAL GOVERNMENT OF ATOK, BENGUET Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 569.4 K (USD 9.8 K)
Details: Description The Municipal Government Of Atok, Benguet Now Invites Bids For Mdf Package 21-2024 Project: Construction Of Toilet At Naguey, Atok, Benguet With The Following Scope Of Works: B.5. Project Billboard/signboard B.9. Mobilization/demobilization I. Removal Of Existing Sturctures 103.a.3. Structure Excavation (unclassified Materials) 900(1)c2. Structural Concrete For Footing And Slab On Fill (class A, 28 Days) 902(1). Reinforcing Steel Of Reinforced Concrete Structures For One Storey, Grade 40 903(2). Formworks And Falseworks (for One Storey) 1046. 100mm Chb Non Load Bearing Wall (including Reinforcing Steel) 1027 (1). Cement Plaster Finish 1005. Residential Casement Steel Windows 1007. Aluminum Glass Door (swing Type) Ii. G.i. Pipe Post 1047(2)a. Structural Roof Framing 1047(2)c. Structural Steel Purlins 1014. Prepainted Metal Sheets (corr., Short Span/long Span, Below 0.427 Thk) 1013(2). Fabricated Metal Roofing Accessory (flashings) 1013(2). Fabricated Metal Roofing Accessory (gutter) 1001(1)a. 50mm Ø – 100mm Ø Pvc Pipe Series 1000 1001(2). Pvc/hdpe Fittings 1002(5). Water Closet/urinal/lavatory With Complete Fittings 1002(5). Soap Holder (toilet Soap/liquid Soap) 1002(5). Toilet Tissue Holder/dispenser 1002(5). Bidet/faucet/hose Bibb 1002(5)h. Floor Drain Plates 1021(3). Floor Topping 1018(1). Glazed Tiles And Trims 1018. Unglazed Tiles/synthetic Granite Tiles 1003(1). Ceiling Works (4.5mm Fiber Cement Board, 4,5 Mm Marine Plywood, 6mm Marine Plywood, 6mm Ordinary Plywood On Metal Frame Ceiling) 1032(1)a. Painting Works (masonry Painting) 1032(1)b. Painting Works (wood Painting) 1032(1)c. Painting Works (metal Painting) 1100(30). Conduit Works, Boxes And Fittings 1100(42). 15mm Ø – 32mm Ø Rigid Steel Conduit (rsc) Pipes Iii. Stainless Steel Water Tank Note: 1. All Envelopes Shall Be Properly Labeled And Provided With Ear Tags/index Tabs For Every Document Submitted In The Bid Documents. (non-compliance Means Outright Disqualification Of Prospective Bidder/s) 2. All Other Requirements Shall Be Referred To The Instruction To Bidders (section Ii Of The Bidding Documents); I.e. Proper Sealing, Labeling, Marking Of Bid Envelopes, Date And Submission Of Bids, Etc. 3. Representative In The Submission Of Bid Envelope, Eligibility And Other Documents Shall Always Present A Written Authority (spa) From The Licensee/proprietor. 4. All Documents Submitted Shall Be In The Standard Forms. (non-compliance Means Outright Disqualification Of Prospective Bidder/s)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 –streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation Will Be Posted For Less Than Fifteen (15) Days In Accordance With Far 5.203(a)(2). request For Quote (rfq) Number Is N6660425q0158. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Sole Source Firm Fixed Price (ffp) Purchase Order To The University Of Central Florida For The Development And Acquisition Of A Hollow-core Fiber Optics. a Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Information Received Will Normally Be Considered For The Purposes Of Determining Whether To Conduct A Competitive Requirement In The Future. required Delivery Is A Period Of Performance February 2025 To February 2026. this Procurement Is Unrestricted As Concurred With By The Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Office Of Small Business Programs (osbp) And Small Business Administration Procurement Center Representative (sba Pcr). The North American Industry Classification System (naics) Code Is 541380. The Small Business Size Standard Is $19.0 Million. incorporated Provisions And Clauses Are Those In Effect Through The Most Current Federal Acquisition Circular (fac). the Following Clauses And Provisions Apply To This Solicitation: - Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (feb 2016) - Far 52.212-1, Instructions To Offerors--commercial Products And Commercial Services - Far 52.212-2, Evaluation – Commercial Items; - - Far 52.212-3 Alt 1 – Offeror Representations And Certifications – Commercial Items Alternate 1 - Far 52.212-4, Contract Terms And Conditions--commercial Items; - Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items; the Following Dfars Clauses Apply To This Solicitation: 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204- 7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Apply To This Solicitation. full Text Of Incorporated Far/dfars Clauses And Provisions Are May Be Accessed Electronically At Https://acquisition.gov/far/ And Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. the Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of “(deviation)” After The Date Of The Clause. payment Will Be Via Procurement Integrity Enterprise Environment (piee) (formerly Known As Wide Area Workflow (wawf)). this Solicitation Requires An Active Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov. for Information On This Acquisition Contact Jennifer Vatousiou At Jennifer.m.vatousiou.civ@us.navy.mil the Nuwc Laser Transduction Lab’s (ltl) Research Efforts In Opto-acoustic Sound Generation Requires The Development And Acquisition Of A Hollow-core Fiber Optics. Suitable Off The Shelf Solutions Cannot Be Used Due To The Stringent Requirements Of The Ltl’s Optical System, Necessitating A Custom Designed And Manufactured Hollow-core Fiber. due To Restrictions Imposed By The Grant Funding Source, The Hollow-core Manufacturing Partner Must Be A Hispanic Serving Institute (hsi) As Defined In The Higher Education Act Of 1965. Additionally, The Manufacturing Partner Must Have A Fiber Draw Tower To Support In House Development Of The Hollow-core Fiber Design. the University Of Central Florida (ucf) College Of Optics And Photonics (creol) Fiber Optic Fabrication Facility (foff) Owns And Operates The Necessary Facilities To Manufacture And Characterize Hollow-core Fibers Including But Not Limited To Fiber Draw Towers. Additionally, Ucf Is Officially Recognized As An Hsi By The Department Of Education And Is The Only Such Institute To Own And Operate The Required Facilities To Manufacture Hollow-core Fiber Optics For The Ltl.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: The United States Department Of Commerce (doc), National Institute Of Standards And Technology (nist), Acquisition Management Division (amd) Intends To Negotiate, On A Sole Source Basis, With Amag Consulting, Llc, 221 Featherwood Court, Schenectady, Ny 12303 For The Purchase Of One (1) 300 Mm Si Wafer With Cu Damascene Patterns To Be Utilized By Nist’s Microsystems And Nanotechnology Division (mnd). The Statutory Authority For This Acquisition Is 41 Usc 3304(a)(1); Far 13.106-1(b). ***** Sole Source Determination Is Based On The Need To Acquire A Quantity Of One (1) 300 Mm Si Wafer With Cu Damascene Patterns To Advance The Chips Mission Of Developing Imaging And Measurement Solutions For Integrated Circuit (ic) Overlay Metrology Using A Scanning Electron Microscope (sem). minimum Requirements: description: 300 Mm Si Wafer With Cu Damascene Patterns quantity: 1 for The Sem Overlay Metrology Project, Nist Requires A 300 Mm Si Wafer Sample Of A Set Of Chips With Cu Damascene Patterns Suitable For Research And Development Efforts To Evaluate The Feasibility Of Physics-based Simulations And Ai-based Modeling As The Means To Improve The Performance Of Sem-based Overlay Metrology. 193 Nm Lithography Shall Be Used To Create The Overlay Metrology Patterns. It Is Also Advantageous, But Not Required To Place Other Than Overlay Dimensional Metrology Patterns On The Chips. All Chips Across The Wafer Shall Be Made Identical, Naturally Occurring Small Variations Due To Fabrication Processes Are Permitted. specifically, The Contractor Shall Provide One Wafer Containing At Least 12 Chips With The Following Overlay Metrology Parameters: 1. Cu Damascene Patterns With Box-in-box (bib), Image-based Overlay (ibo), Advanced Imaging Metrology (aim) Grating Patterns, And Hitachi-type Sem-based Overlay (sbo). Pattern Design Can Be Found In Pertinent Public Literature. 2. Sets Of Varying Size Bib, Ibo, Aim And Sbo Overlay Metrology Patterns Must Be Included In The Less Than 150 Mm To Smaller Than 50 Mm Range. 3. Overlay Patterns With Intentional, Small, Close To 1, 2, 5, And 10 Nm Variations Of Known Overlay Offsets (shifts) Must Be Provided. 4. The Wafer Must Be Covered With A Protective Layer To Safeguard The Integrity Of The Cu Patterns. 5. A Gdsii-based Map With Pattern Locations And Properties (size, Type, Offset, Etc.) Identification Must Be Provided. 6. Documentation About The Wafer Material, Dopant Type And Concentration, And The Patterning Process Shall Be Provided. market Research Was Conducted In October And November Of 2024, Including Internet Searches, Searches Of Gsa And Thomas Register, Speaking With Professional Contacts, And Reviewing Company Websites. Internet Searches Using Google.com Revealed Several Companies That Are Capable Of Manufacturing The Required Wafer, However They Would Require A Photomask To Manufacture The Required Wafer. Obtaining A Photomask Would Require Significant Additional Time And Cost To Obtain, Making These Options Cost-prohibitive In This Instance. Additionally, These Companies Will Only Manufacture The Required Wafers With A Minimum Order Greater Than One (1). Many Other Commercial Wafer Manufacturers Sell Wafers With No Required Patterns On Them, And Do Not Meet Nist's Requirements For A Cu Patterned Wafer. Amag Consulting Is The Only Company That Can Make The Required Wafer, Without A Photomask, In The Required Quantity. This Market Research Determined That Amag Consulting Is The Sole Manufacturer And Distributor Of The Equipment That Meets The Required Minimum Specifications. *****the North American Industry Classification System (naics) Code For This Acquisition Is 334416 – Semiconductor And Related Device Manufacturing, With A Small Business Size Standard Of 1,250 Employees. *****a Determination By The Government Not To Compete The Proposed Acquisition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. *****no Solicitation Package Will Be Issued. This Notice Of Intent Is Not A Request For Quotations; However, All Responsible Sources Interested May Identify Their Interest And Capability To Respond To This Requirement. Interested Parties That Believe They Can Satisfy The Requirements Listed Above Must Identify Their Capability In Writing Before The Response Date Of This Notice. Only Responses Received By 11:00 A.m. Eastern Standard Time On January 29, 2025 Will Be Considered By The Government. Responses Shall Be Submitted Via Email To Jenna.bortner@nist.gov Or Ranae.armstrong@nist.gov. contracting Office Address: 100 Bureau Drive bldg. 301, Mail Stop 1640 gaithersburg, Maryland 20899-0001
BARANGAY JANLAGASI, CULASI ANTIQUE Tender
Furnitures and Fixtures
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 307.6 K (USD 5.2 K)
Details: Description Installation Of Windows, Partitions And Electrical Fixtures And Repainting A. Form Works And Accessories 1 12 Bamboo Poles Pcs 120.00 1,440.00 2 5 Assorted Cwn Kgs 100.00 500.00 3 3 Concrete Nails Kgs 120.00 360.00 4 3 #16 Tie Wires Roll 100.00 300.00 B. Fabrication Of Cabinets, Partitions, Doors And Windows 5 6 0.80m X 2.10m Wooden Panel Door Complete With Jambs And Accessories Sets 10,000.00 60,000.00 6 10 190cm X 120cm Analok Aluminum Framed Sliding Window Pcs 6,200.00 62,000.00 7 10 127cm X 120cm Analok Aluminum Framed Sliding Window Pcs 4,400.00 44,000.00 8 72 "0.6mm X 35mm X 76 Mm X 3000mm Metal Studs" Pcs 180.00 12,960.00 9 5 5/32" X 3/4" Blind Revits Box 240.00 1,200.00 10 42 1/4" X 4" X 8" Fiber Cement Board Pcs 580.00 24,360.00 11 5 5/32" X 1/8" Drill Bits Pcs 80.00 400.00 12 2 3" Concrete Nails Kgs 120.00 240.00 13 20 4" Steel Cutting Disk Pcs 40.00 800.00 14 8 3/4" Thick 1.20m X 2.40m Phenolic Board Pcs 1,200.00 9,600.00 15 12 1" X 2" X 8" 545 Lumber Pcs 100.00 1,200.00 16 3 2" Finish Nails Kgs 120.00 360.00 17 3 1" Finish Nails Kgs 120.00 360.00 18 12 Drawer Guide 16" Sets 175.00 2,100.00 19 6 Drawer Handle, Button Type Pcs 40.00 240.00 20 2 Drawer Locked Sets 160.00 320.00 21 2 Body Filler Gal 912.00 1,824.00 22 2 Wood Glue Lit 210.00 420.00 E. Electrical Works 23 2 "modern Desing Led Ceiling Light Tricolor Dimming Smart Remote Control Living Room Light" Unit 3,000.00 6,000.00 24 16 Down Light W/ Glass Cover Set W/ Led Bulb Socket Set 360.00 5,760.00 25 16 18 Watts Led Bulb Pcs 172.00 2,752.00 26 2 3.5mm 2 Thhn Stranted Wire Box 4,000.00 8,000.00 27 8 Electrical Tape (big) Roll 50.00 400.00 F. Painting Works 28 5 Falt Latex Paint Pail 3,800.00 19,000.00 29 5 Semi Gloss Latex Paint Pail 4,000.00 20,000.00 30 10 Sanding Paper Pcs 250.00 2,500.00 31 3 7" Paint Roller W/ Pan Set 120.00 360.00 32 3 2" Paint Brush Pcs 45.00 135.00 33 2 Paint Thinner Lit 320.00 640.00 34 3 Patching Compund Kgs 80.00 240.00 35 5 Sanding Sealer (boysen) Gal 760.00 3,800.00 36 2 Tinting Color (burnt Umber, Oil) Lit 250.00 500.00 37 2 Tinting Color (burnt Sienna, Oil) Lit 250.00 500.00 38 4 Laquer Thinner Gal 315.00 1,260.00 39 6 Hudson Polyurethane Top Coat Gal 1,800.00 10,800.00
3611-3620 of 3998 archived Tenders