Fabrication Tenders
Fabrication Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) As Defined In Far 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (nswc Phd) Is Conducting Market Research To Identify Qualified And Responsible Sources That May Be Interested In A Potential Future Procurement For The Manufacture, Assembly, Test, Final Acceptance And Delivery Of Vertical Launching System (vls) Deck And Hatch Assembly (assy).
this Rfi Is Issued For Informational And Planning Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quote (rfq), Or Request For Proposal (rfp). This Rfi Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Government Will Not Reimburse Any Costs Associated With Responding To This Notice. Information Submitted In Response To This Rfi Will Become The Property Of The United States Government.
responses To This Rfi May Be Used To Determine Small Business Set-asideopportunities. All Small Business Set-aside Categories Will Be Considered Under North American Industry Classification System (naics) Code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing. In Accordance With Far 52.219-14, Limitations On Subcontracting, Small Business Concerns Are Reminded That In Performance Of Contracts Awarded Under Small Business Set-aside Procedures, At Least 50% Of The Cost Of Manufacturing The Supplies, Not Including The Cost Of Materials, Shall Be Performed By The Concern.
interested Parties Shall Address The Following In Their Rfi Submissions:
1. Company Information
(a) Company Name, Address, Data Universal Number System (duns) Number, And Commercial And Government Entity (cage) Code.
(b) Company Designated Representative Name(s) And Point(s) Of Contact, Including Phone Number And Email Address.
(c) Company Size Status Under The Applicable Naics (e.g., 8(a), Hubzone, Service-disabled Veteran-owned, Women-owned, Large Business, Etc.).
2. Capability Statement
interested Parties Shall Submit A Capability Statement That Succinctly Addresses The Following Items To Demonstrate The Contractor's Capability To Perform The Requirements Of The Attached Draft Statement Of Work (sow):
(a) The Contractor'sability To Manage, As Prime Contractor, The Types And Magnitude Of Tasking In The Draft Sow;
(b) The Contractor'stechnical Ability, Or Potential Approach To Achieving Technical Ability, To Perform The Requirement. For Small Business Set-aside Determination Purposes, Also Include The Contractor's Technical Ability To Perform, Or Potential Approach To Achieving Technical Ability To Perform, At Least 50% Of The Cost Of The Contract Incurred For Manufacturing The Supplies, Not Including The Cost Of Materials; And
(c) The Contractor'scapacity, Or Potential Approach To Achieving Capacity, To Conduct The Requirements Of The Draft Sow. For The Purposes Of This Capability Statement, Capacity Shall Refer To Matters Such As The Magnitude Of The Tasking, The Amount Of Equipment Or Facilities Involved, And The Size Of The Staff Needed.
(d) The Contractor’scertification, Or Potential Approach To Achieving Certification, For International Organization For Standardization (iso) 2001:2015, 2008 Or As9100d.
demonstrated Ability To Manage, Technical Ability, And Capacity May Include Citing And Describing The Same Or Similar Relevant Performance, But Does Not Limit The Interested Contractor's Approach To Demonstrate Capability.
3. Feedback/questions
feedback And Questions Regarding The Feasibility Or Challenges To Perform The Work Described
rfi Responses Are Limited To No More Than 20 Pages (8.5 X 11 Inch) And 10-point Times New Roman Font. Please Email Responses Or Questions Regarding This Requirement To The Contract Specialist, Jerome Pita (jerome.r.pita.civ@us.navy.mil) With Copy To The Contracting Officer, Nayneet Kaur (nayneet.kaur.civ@us.navy.mil). Nswc Phd May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Rfi.
respondents Are Responsible For Properly Marking And Clearly Identifying Proprietary Information Or Trade Secrets Contained Within Their Response. The Government Will Not Be Liable For, Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. Information Provided Shall Be Treated As Business Sensitive And Will Not Be Shared Outside Of Government Activities And Agencies Without The Permission Of The Provider.
Closing Date12 Feb 2025
Tender AmountRefer Documents
BARANGAY BULACAO GUBAT SORSOGON Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid Republic Of The Philippines Barangay Bulacao Bulacao, Gubat, Sorsogon Invitation To Bid For The Project: Purchase Of Construction Materials For The Improvement Of Brgy. Road At Sitio Bulacao West, Bulacao, Gubat, Sorsogon 1. The Barangay Government Of Bulacao, Through Its 20% Bdf 2025 Intends To Apply The Sum Of One Hundred Seventy-seven Thousand Two Hundred Seventy-five Pesos Only (₱177,275.00) Being The Abc To Payments Under The Contract For: Purchase Of Construction Materials For The Improvement Of Brgy. Road At Sitio Bulacao West, Bulacao, Gubat, Sorsogon With Reference No. Pr2225. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Bulacao Now Invites Bids For The Above Procurement Project. Delivery Of Goods Is Required Within 30 Calendar Days. Bidders Should Have Completed At Least Within The Last Two 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. The Items To Be Procured Are: Item No. Item & Description Qty Gravel Crushed G1 20cu.m. Sand Black 15cu.m. Portland Cement 180bags Coco Lumber 2"x6"x10' 20pcs 12mm X 6m Rsb 63pcs Cons. Pail (med) 6pcs Iron Grating Fabricated (0.5m X 6m) 4units #16 G.i. Tie Wire 4kls Marine Plywood ¼ Thk 4shts Coco Lumber 2"x3"x10' 20pcs Coco Lumber 2"x2"x10' 10pcs Cw Nails 4",3",2" 6kls 4. 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. 5. Prospective Bidders May Obtain Further Information From Barangay Government Of Bulacao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays. 6. All Bidders Should Submit (a) Letter Of Intent (b) Philgeps Reg. Certificate (c) Dti/sec Reg. Certificate (d) Business Permit/mayor’s Permit (e) Tax Clearance, And Other Mandatory Requirements As Provided Under R.a. 9184. 7. All Bids Must Be Submitted On Or Before February 20, 2025. 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 20, 2025 At 8:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below. Late Bids Shall Not Be Accepted. 10. The Barangay Government Of Bulacao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joseph E. Enconado Brgy. Captain/bac Chairman Barangay Bulacao Bulacao, Gubat, Sorsogon 0997-759-5746
Closing Date20 Feb 2025
Tender AmountPHP 177.2 K (USD 3 K)
DEPT OF THE NAVY USA Tender
Telecommunication Services...+1Aerospace and Defence
United States
Details: Type: Synopsis
classification Code: Ac-13 – National Defense R&d Services
subject: Synopsis For Supporting Experimentation Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities
naics: 541512
response Date: 3 January 2025 (1500 Est)
contacts:
julie Gill, Contracting Officer, Nawcad A2521000
email: Julie.m.gill2.civ@us.navy.mil
shawn Harbaugh, Contract Specialist, 301-757-9563, Nawcad A2521016
email: Shawn.k.harbaugh.civ@us.navy.mil
reference Number:
naval Air Warfare Center – Aircraft Division (nawcad) Intends To Issue A Sole Source Cost Plus Fixed-fee (cpff) Order Under Basic Ordering Agreement (boa), Contract Number N00019-20-g-0005, To Northrop Grumman Systems Corporation (ngsc), 2000 West Nasa Blvd, Melbourne, Fl 32904, For Supporting The Experimentation Of Millimeter Wave 5g Open Radio Access Network (oran) Technology Under The Authority In 10 U.s.c. 2304(c)(l), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.
requirements:
this Effort Is The Follow On To The Ousd (r&e) Radio Frequency (rf) And Optical Electronic Activities Under N00164-19-9-0001, Awarded To Northrop Grumman In Collaboration With Other Performers On Ousd (r&e)’s Starry Nite And Ship Programs To Develop Associated Antenna Unit And Radio Units. The Contractor Shall Support The 5g Oran Prototyping With The Naval Air Warfare Center Aircraft Division (nawcad) Rapid Prototyping Experimentation And Demonstration (rped) Department At Naval Air Station Patuxent River, Maryland. The Support Includes The Resources Required To Support And Conduct Relevant Experimentation To Mature The Technology Being Developed. The Activity Will Support Risk Reduction And Inform The Stakeholders Through Lab Demonstrations That May Lead Up To The Field Demonstrations, In Assessing The 5g Oran Prototypes. The Effort Also Supports The Transition Of Millimeter Wave (mmw) Open Radio Access Network (oran) Capabilities.
further, The Scope Of Work For The Contractor Includes Support To The Government In Experimentation And Risk Reduction Activities Associated With The Prototype Advancements Of The Specialized Antenna Units (au) And Radio Units (ru) That Are To Be Integrated Into Distributed Battle Management Command & Control (bmc2) System Prototypes. The Distributed Bmc2 System Has Specialized Capability Enhancements Leveraging Commercial Technologies. The Prototypes Support Ground, Surface, And Airborne Missions. The Au And Ru Components, Required To Fabricate Into Au And Rus, Are To Be Provided As Government Furnished Equipment (gfe) And Associated Government Furnished Information (gfi) To The Program.
ngsc Has Unique Expertise In Multi-foundry Integration, Proven Supply Chain Security, System Of System Frameworks, And Extensive Performer Technical Experience In Its Position As The Lead Systems Integrator. Their Unmatched Ability To Manage The Complex Technological And Operational Requirements Across Multiple Domestic Foundries, While Ensuring Program Integrity And Alignment With The United States Government Security And Industrial Strategies, Makes Them The Only Responsible Source Capable Of Executing This Requirement.
responsible Interested Parties May Submit A Capability Statement In Which They Identify Their Interest And Capability To Respond To This Requirement. The Government Will Consider Written And/or Electronic Media Responses To This Announcement Received No Later Than 03 January 2025 (1500 Est) And Can Be Submitted To:
shawn Harbaugh, A2521016
nawcad Procurement Group
21983 Bundy Road, Bldg. 441
patuxent River, Md 20670
shawn.k.harbaugh.civ@us.navy.mil
a Determination By The Government Not To Compete This Procurement Is Based Upon Responses To This Notice And Is Solely Within The Discretion Of The Government.
place Of Performance: Patuxent River, Md
Closing Date3 Jan 2025
Tender AmountRefer Documents
FEDERAL HIGHWAY ADMINISTRATION USA Tender
Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Bid – Plans And Specifications Are Not Available.
this Notice Is Being Issued To Determine If There Is Sufficient Interest From Qualified Prime Contractors Who Are Small Businesses, Hubzone Small Businesses, Woman Owned Small Business Concerns, 8(a) Small Businesses, Or Service Disabled Veteran-owned Small Businesses And Who Intend To Submit A Bid For This Solicitation To Allow For A Set-aside In One Of These Programs. Interested Businesses Must Submit The Following By E-mail To Cflacquisitions@dot.gov (attn: Laura Vallejos) For Receipt By Close Of Business (2 P.m. Local Denver Time) On February 7, 2025.
(1) A Positive Statement Of Your Intention To Submit A Bid For This Solicitation As A Prime Contractor;
(2) A List Of All Confirmed Socioeconomic Categories (i.e., 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwosb, Or Wosb Status) That Apply To Your Business;
(3) A Letter From A Bonding Agent Stating Your Firm’s Capability To Bond For A Single Project Of $5 Million, And Your Firm’s Aggregate Bonding Capacity; And
(4) Provide A List Of Road Construction Projects Of Equal Or Greater Value And Scope To The Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge Project In Which You Performed Project In Which You Performed Work Similar In Scope. Do Not Send Information On Projects That Do Not Include The Above Work.
the Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc. Refer To The Code Of Federal Regulations 13 Cfr 121.103 For Information On How The Sba Determines Affiliation And 13 Cfr 121.108 Regarding The Penalties For Misrepresentation Of Size Status. All Firms Should Be Certified In The System For Award Management (sam) Located At Https://www.sam.gov/
project Details: Ok Erfo Np Chic 2024-1(1) Veterans Lake Trail Bridge
the Project Is Located Along Veterans Lake Trail Within The Chickasaw (chic) National Recreation Area (nra) In Murray County, Oklahoma. The Proposed Improvement Is To Replace A Pedestrian Trail Bridge That Was Removed By A Tornado April 2024. The Existing Bridge Has Been Found In Veterans Lake And Will Need To Be Removed As Well. The Existing Abutments Are Intact; However, Some Of The Anchor Bolts Are Bent And The South Abutment Is Cracked.
constructing The New Bridge Includes Repairing The Existing Abutments That Would Be Reused To Support The Replacement Bridge, Repairing The Minor Masonry Structure, And Installing An Approximately 130-foot-long And 6-foot-wide Prefabricated Pedestrian Bridge. The Replacement Bridge Would Be A Prefabricated Steel Truss Bridge With A Timber Deck, Similar In Appearance To The Original Structure. Construction Staging Would Occur At The Existing Parking Lot At The North End Of The Dam And Access Provided Via The Existing Trail.
removal Of The Existing Bridge From Veterans Lake Would Likely Involve Floating The Structure To The Parking Lots On The East Side Of The Lake And Lifting It Via Crane. The Bridge Would Then Be Appropriately Disposed Of. Two Parking Lots Would Be Utilized As Staging Areas And Provide Access For The Bridge Removal Process.
principal Work Items:
approximate Quantities For Major Work Items:
1 (lpsm) Of Removal Of Bridge (steel Truss Pedestrian Bridge)
1 Cuyd Of Removal Of Concrete (abutment)
200 Lbs Reinforcing Steel
1 (lpsm) Pre-fabricated Steel Bridge (modular Steel Pedestrian Bridge)
1 Cuyd Concrete
it Is Anticipated This Project Will Be Advertised In Spring 2025 And Be Under Construction In The Summer Of 2025. The Project Has An Estimated Completion Date Of June 2026.
due To Weather, No Onsite Work Is To Occur From Early March To Early May.
estimated Cost Range:
the Estimated Price Range Of The Project Work Is Between $2,000,000 And $5,000,000.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances B. Manpower: - Building Permit Processing Fees C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purtins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purtins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 50.00 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
Municipality Of Conner, Apayao Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 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). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. 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 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao 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. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Procurement Of 24 Units Motor Vehicle For Special Purpose (bio-secure Hog Transport Vehicle) Under Livestock Program Fy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Livestock Program Intends To Apply The Sum Of Seventy-three Million Six Hundred Fifty-three Thousand Six Hundred Pesos (ᵽ73,653,600.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 24 Units Motor Vehicle For Special Purpose (bio-secure Hog Transport Vehicle) Under Livestock Program Fy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-142. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 24 Units Motor Vehicle For Special Purpose Bio-secured Hog Transport Vehicle A. Prime Mover Type: Diesel Engine Engine Displacement: 2400 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power - Assisted Steering Transmission System: Constant Mesh -synchromesh (manual) No. Of Drive: 2-wheel Drive, Minimum Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Four (4), Minimum Payload: 2000 Kg, Minimum Gross Vehicle Weight: 4000 Kg, Minimum Front Cabin : Single Container Dimension: 4000 Mm, Minimum D. Customization Minimum Container Design (see Attached Annex A And Annex B) No. Of Layers: Two (2) No. Of Compartments Per Layer: Two (2) Capacity/hog Distribution: A) Finisher: 20 Heads B) Piglets: 120 Heads" Fabrication Material Of Frame/partitions: Shall Be Made Of Stainless Steel With Tailgate Lifting Mechanism: Hydraulic Lift Type (the Tail Plate Can Be Fully Landed Or Leveled With The Pig Catching Platform. The Tail Plate Is Equipped With Pig Guards, Which Can Be Used For Loading Pigs After Unfolding And Fixing. Can Load Piglets And Finisher) Flooring Material: Shall Be Made Of Stainless-steel Plate With Anti-skid Feature (at Least 3.0 Mm Thick) E. Other Requirements / Inclusion 1. Drinking Water System -consist Of The Following Minimum Components: Water Tank, Pipeline, Bite Type Nipple Drinker. -four (4) Nipple Drinker Per Compartment. 2. Sprinkler System -manually Operated At The Driver's Area. -with Switch Button-controlled Sprinkler System Located Near The Driver Seat. -consist Of The Following Minimum Components: Two (2) Overhead Pressure Water Tank, Pipes, Sprinklers, And A Sewage And Fecal Collection Tank, Which Sprays And Cools The Piglets, Cleans The Tank, And Collects Sewage. -pressure Water Tank Located On Top Of The Roofing, Minimum 50 Liters Capacity Per Tank. - A Sewage Outlet Is Installed At The Rear Of The Carriage, Connected To A Sewage Collection Tank, So As To Meet The National Environmental Protection Requirements During Hog Transport. -four (4) Sprinkler Head Per Compartment. 3. Steel Cages And Side Cover: Shall Be Made Of 3/4-inch Dia. Horizontal G.i. Pipe (sched. 40) With Maximum Vertical Spacing Of 7cm Welded To 1-inch G.i. Pipe Post (sched. 40) With Horizontal Spacing Of 71 Cm, All Painted Finish. The Steel Cages Shall Have Compartments To Avoid Piglet/hog Injuries Caused By Sudden Stoppage/acceleration Or Going Uphill. 4. Roofing Material: Foldable And Made Of Non-corrosive Material. 5. Provision Of Spare Collapsible Platform / Ramp For Manual Loading Of Hogs 6. With Gps And Dash Cam 7. With Standard Kit And Heavy-duty Tools For Each Unit To Wit: A. Operation Manual And Brochure Of The Unit B. Tire Wrench C. Early Warning Device D. Hydraulic Jack 10t E. Tire Pressure Gauge F. Socket #10mm, 12mm, 17mm G. Power Handle Drive 1⁄2 Inch H. Star Screw 12 Inches I. Flat Screw 12 Inches J. 1 Set Open Wrench (10mmx11mm, 12mmx13mm, 14mmx17mm& 19mmx21mm) K. Mechanical Plier 6 Inches L. Pipe Wrench 18 Inches M. Tool Box (steel) 8. Warranty: 3 Years Or 100,000 Km Whichever Comes First 9. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 10. The Supplier Must Have An Accredited Service Center Within Ncr Or Region Iv-a And Have Its Own After-sales Service, Mobile Service Technician For On-site/emergency Servicing. 11. With Tint, Seat Cover, Matting (cab), Air-conditioning System, With First Three Years Lto Registration, Tpl And Comprehensive Insurance, Freight And Handling. 12. With Label Painted Or Sticker On The Main Truck/body (visible): With Da And “bagong Pilipinas” Logo 2/3 Ratio On Plane Surface. Must Have On Both Sides With Text "da Livestock Inspire 2024" With Font Color: Dark Green. 13. Radio And Speakers: Tuner Radio With Usb, 2 Speakers, With Am/fm Stereo For The Front Cabin 14. With 1-unit Brand New Spare Tire With Rim 15. The Vehicle Lifting Mechanism, Drinking Water System And Sprinkler Water System Shall Be Tested Prior To Acceptance And 100% Payment. 16.the Supplier Shall Provide Sufficient Fuel And Oil Lubricant To Be Used During Acceptance Testing. 17. Provision Of Training On Proper Operation And Maintenance Of The Lifting Mechanism, Drinking Water System And Sprinkler Water System. 18. With Certificate Of Conformity (coc) For The Vehicle Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81. 19. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 20. With Certification Of Authorized Fabricator For The Rear Body/customization 21. With 100% Availability Of Stocks (cab And Chassis) At The Warehouse / Stockyard Of The Bidder Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Notice To Proceed. 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) 9184. A. 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 Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (ᵽ50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:10 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 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, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 24, 2025 9:00 Am. 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 24, 2025 10:10 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva 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: Engr. Ernie N. Rabusa Vice-chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date24 Feb 2025
Tender AmountPHP 73.6 Million (USD 1.2 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting.
also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance.
************************************************************************************************
note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary
presolicitation Notice/advertisement Va Office Of Real Property
u.s. Government
veterans Administration (va) Seeks To Lease The Following Space:
the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor.
state:
indiana
city:
indianapolis
delineated Area:
north: Washington Street Indianapolis, Indiana
east: Tibbs Avenue Indianapolis, Indiana
south: Kentucky Avenue Indianapolis, Indiana
west: Interstate 465 Indianapolis, Indiana
minimum Sq. Ft. (aboa):
10,400
maximum Sq. Ft. (aboa):
10,400
space Type:
optical Manufacturing
parking Spaces (total):
50
parking Spaces (surface):
50
parking Spaces (structured):
0
parking Spaces (reserved):
0
full Term:
240 Months
firm Term:
180 Months
option Term:
n/a
additional Requirements:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located In An Existing Single Tenant Building.
if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential.
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel.
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner.
address Or Described Location Of Building.
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area.
description Of Ingress/egress To The Building From A Public Right-of-way.
description Of The Uses Of Adjacent Properties.
fema Map Of Location Evidencing Floodplain Status.
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
a Document Indicating The Type Of Zoning.
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development.
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building.
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement.
action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
************************************************************************************************
action Required:
use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary.
action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page.
do Not Use For Full And Open Procurements.
note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable.
consideration Of Non-productive Agency Downtime In A Cba Should Be Rare.
expressions Of Interest Due:
wednesday, January 15, 2025, 12:00pm Est
market Survey (estimated):
january 20 22, 2025
occupancy (estimated):
september 21, 2025
incumbent
send Expressions Of Interest To:
name/title:
andrew D. Seaman, Lease Contracting Officer
8888 Keystone Crossing Suite 325
indianapolis, In 46240
email Address:
andrew.seaman2@va.gov
government Contact Information
lease Contracting Officer
lee M. Grant
email Address:
lee.grant@va.gov
Attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
X (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
__ (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
indianapolis, In Domiciliary Lease Pre-solicitation Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification);
Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Bridge Construction
United States
Details: 24 January 2025
action Code: Pre-solicitation/synopsis
subject: Market Research – F.e. Walter Dam Repairs
solicitation No.: W912bu25r0019 – F.e. Walter Dam Rehabilitation
set-aside Code: Small Business
response Date: 10 February 2025
place Of Performance: White Haven, Pa
the U.s. Army Corps Of Engineers, Philadelphia District, Intends To Award A Firm Fixed Contract To Perform Repair Work Of The Francis E Walter Dam Located In White Haven, Pa.
the Fe Walter Dam Repair Work Will Consist Of:
a. The Rocker Bearings At Pier 2 Have Rocked Off Their Keeper Key (photographs And Inspection Report To Be Provided With Solicitation). The Bearings Would Be Repaired By Temporarily Jacking The Bridge Girders, Removing The Existing Anchor Bolts, Sliding The Keeper Plate Back (or Fabricate A New One, Or Modify The Existing One), And Reset The Bearings.
b. The Anchor Bolts At The Fixed Bearings At Pier 2 Are Corroded And Have No Washers (photographs And Inspection Report To Be Provided With Solicitation). Remove The Nuts And Install New Nuts And Washers.
c. Lubricate All Bearings.
d. Numerous Concrete Spalls And Delaminations Are Noted On The Piers And Abutments (photographs And Inspection Report To Be Provided With Solicitation). The Deteriorated Concrete Will Be Removed And Replaced With New Concrete.
e. The Deck Is In Satisfactory Condition, But The Top Surface Is Moderately Scaled (photographs And Inspection Report To Be Provided With Solicitation). A Thin Overlay Will Be Applied To Restore The Surface And Seal The Deck From Any Water Intrusion.
traffic Control Is Anticipated As All Work Will Be Conducted On A Service Bridge Adjoining A Public Roadway. Although The Physical Bridge Is Considered A Restricted Area, The Adjoining Roadway Will Be Open To Public Travel And Construction Activities Will Need To Be Given Special Consideration Depending On The Time Of The Year This Work Is Conducted.
the Period Of Performance Is 180 Calendar Days. Work On The Project Is Anticipated To Begin 30 Calendar Days After Contract Award And Completed 180 Calendar Days After Commencement Of Work.
solicitation Number W912bu25r0019 Will Be Issued On Or About 28 February 2025, With Proposals Due On Or About 31 March 2025. The Estimated Cost Range Of This Project Is Between $500,000 And $1,000,000.
the Naics Code For This Project Is 237310 Highway, Street, And Bridge Construction And The Small Business Size Standard Is $45 Million.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Narratives Are Requested With The Following Information, Which Shall Not Exceed A Total Of Eight (8) Pages.
offeror’s Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses.
business Size/classification To Include Any Designations As Small Business, Hubzone, Service Disabled Veteran Owned, 8(a), Women-owned Small Businesses Shall Be Indicated On First Page Of Submission.
provide Construction Bonding Level Per Single Contract/task Order. Provide The Aggregate Sum Total Construction Bonding Level. Provide Both Capabilities Which Must Be Expressed In U.s. Dollars; Along With Current Available Bonding Capacity.
description Of Capability To Perform Similar Or Same Projects Listed Above, Manage Subcontractors, Prepare And Comply With Various Environmental And Construction Permits, And Capacity To Execute This Project With Other Ongoing Construction Contracts.
past Performance/experience On Projects Of Similar Scope And Magnitude, Describing No More Than Five (5) Projects That Are At Least 50% Construction Complete Within The Past Five Years. The Past Performance Information Should Include Project Title, Location, General Description Of The Construction To Demonstrate Relevance To The Proposed Projects, The Offeror’s Role, Dollar Value Of Contract, And Name Of The Company, Agency Or Government Entity For Which The Work Was Performed With Contact Information (reference Name, Phone Number And E-mail Address).
responses Should Be Sent To Frederick Conway, At Frederick.conway@usace.army.mil On Or Before February 10, 2025, At 2:00 Pm Est.
Closing Date10 Feb 2025
Tender AmountRefer Documents
4431-4440 of 4615 archived Tenders