Fabrication Tenders
Fabrication Tenders
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 Ls 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 Hours 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: 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. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. 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 - Building Permit Processing Fees B. Manpower: 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) Minor Tools (10% Of Labor Cost) 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 Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 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)= 0.357 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Purlins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purlins 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 Hours 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 Hours 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 Hours 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 Hours 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)= 5.56 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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 Hours 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)
City Of Dumaguete Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Purchase Of 1 Unit Brand New Ambulance Vehicle The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 1 Unit Brand New Ambulance Vehicle, P2,420,000.00 -high Roof Level Type; Driven By Four (4) Cylinder, 16 Valve, Variable Turbo Charger, 5-speed Manual Transmission; At Least 2,488 Cc Piston Displacement At Least 195r15c Tire Size With Spare Tire; At Least 65 Liters Fuel Tank Capacity; Diesel Fuel Type; At Least 129/3200rpm Maximum Power; Dimensions Of At Least: Seating Capacity: 8 Pax. -with Ambulance Conversion Of At Least: One (1) Unit Fire Extinguisher 2.2 Kg Capacity With Holder, One (1) Set Fabricated Ceiling To Floor Cabinet With First Aid Kit; One (1) Unit Led Light Bar, Strobe Lights (green And Red); One (1) Unit Siren With Speaker And Pa System, One (1) Unit Digital Clock; One (1) Pc. Flashlight Led; Four (4) Pcs. Led Room Lights; One (1) Pc. Power Inverter 2,000 To 3,000 Watts, One (1) Set Negative Pressure System; One (1) Unit Stretcher Ramp; One (1) Lot Tint; One (1) Set Grab Hand Rail Stainless; One (1) Set Overhead Grab Rail (ceiling Type); One (1) Unit 220 V Power Outlet; One (1) Set Aluminum Flooring; Two (2) Modified Seats (front And Side); One (1) Set Acrylic Division With Window (duco Finish); One (1) Lot Reflectorized Ambulance Stickers; One (1) Pc Iv Hook Holder Stainless. -with Medical Equipment/devices Of At Least: Three (3) Pcs Oxygen Masks (for Newborn, Infant, And Adult), One (1) Unit Rigid Cervical Collars; One (1) Unit Thermometer Infrared; One (1) Unit Collapsible Stretcher With Side Rails, Cushion, Wheels & Lock; One (1) Unit Ambubag With Manual Resuscitator; One (1) Set Oxygen Tank (20lbs.) With Regulator And Dehumidifier; One (1) Set Oxygen Tank (5lbs.); One (1) Unit Pulse Oximeter; One (1) Unit Head Immobilizer; One (1) Unit Bp Apparatus-aneroid Type With Standard Stethoscope. Terms Of Reference A. The Unit Shall Be Delivered By The Supplier At City Hall Compound – Dumaguete City Within Thirty (30) Days After The Notice To Proceed. B. Supplier Should Have An Authorized Repair Bay / Automotive Shop (with Qualified Mechanics) Either In Dumaguete City, Sibulan, Bacong Or Valencia. C. Bidders Should Specify The Brand Of Their Offer And Submit A Picture Or Brochure Of Their Offered Equipment In A Class A Envelope During Submission Of Bids. D. Warranty Period (for Parts And Repair Services) Of At Least Three (3) Years Or 100,000 Kms (whichever Comes First) And One (1) Year Gsis Comprehensive Insurance; E. Certification From Supplier Certifying That The Processing Of Vehicle Insurance & Lto Registration Is Undergoing. F. Submit Lists Of Accessories Not Provided In The Brochure. Purpose: For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete Approved Budget For The Contract: Php 2,420,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 1 Unit Brand New Ambulance Vehicle For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete. Bidders Should Have Completed And/or Accepted, Within 3 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 Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(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 Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. (035) 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From December 02, 2024 To January 2, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents December 02, 2024 2. Pre-bid Conference December 17, 2024, 10:00 A.m. 3. Submission And Opening Of Bids January 2, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than January 2, 2025 And Bid Opening Shall Be On Tuesday, December 10, 2024 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, November 29, 2024. Atty. Camelo D. Pidor, Jr. Chairman
Closing Date2 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.7 K)
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of Multi-purpose Building (convention Center) At Bulalacao, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The Sb No. 2 - 20% Df 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Eighty Nine Thousand Four Hundred Ninety Five Pesos And 48/100 (php 19,989,495.48) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building (convention Center) At Bulalacao, Oriental Mindoro (ib No. Cw-2025-006)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 250 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.5 A.1.1(3) B.3 B.7 (1) 803(1)a 804(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c5 & C6 902(1)a 902(1)b 903(2) 1046 (2) A1 1046 (2) A1 1027 (1) 1032(1)c 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10) 1002(24) 1001(11) 1100 (10) 1101(33) 1102(1) Project Billboard/sign Board Construction Of Field Office For The Engineer Permits And Clearances Occupational Safety And Health Program Structure Excavation (common Soil) Embankment From Structure Excavation Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (suspended Slab, Beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Reinforcing Steel (deformed), Grade 60 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Cement Plaster Finish Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes W/ Fittings Connection Cold Water Lines Septic Vault (concrete/chb) Conduits, Boxes & Fittings (conduit Works/conduit Rough In) Wire & Wiring Devices Panel Board W/ Main & Branch Breakers 1.00 Ea 1.00 L.s 1.00 L.s. 8.33 Mo. 506.57 M3 506.57 M3 547.20 M3 123.22 M3 210.38 M3 26.88 M3 133.42 M3 84.70 M3 23,561.94 Kg 37,791.79 Kg 2,338.67 M2 533.53 M2 1,206.79 M2 3,336.94 M2 1,560.04 M2 272.90 M 1,140.56 M2 18,777.60 Kg 5,844.18 Kg 1.00 I.s 186.00 M 1.00 I.s 1.00 L.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 19.9 Million (USD 341.9 K)
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-58 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The General Fund 2022 & 2023 Intend To Apply The Sum Of Six Million Five Hundred Ninety Nine Thousand Six Hundred Ninety Six Pesos And Thirty One Centavos (6,599,696.31) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Municipal Accounting Office Building (2 Floors) Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-58 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 10,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 4, 2024, 2024- January 2, 2025 Bac Office Pre Bid Conference December 18, 2024 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 2, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 3, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 4, 2024-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 4, 2024-january 3, 2025 2. Dilg/abc Announcement Wall – December 4, 2024-january 3, 2025 3. Pinamalayan Public Market – December 4, 2024-january 3, 2025 Construction Of Macco Building (2 Floors) No. Qty. Unit Description Part – I Facilities For The Engineer A.1.1 (1) 1 L.s Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Part – Ii Other General Requirements B.5 1 Each Project Billboard / Sign Board B.7 1 L.s Occupational Safety And Health Program Part – Iii Civil, Electrical And Sanitary / Plumbing Works Part – Iii A Earthworks 801 (1) 1 L.s Removal Of Structures And Obstruction 803 (1) A 118.20 Cu.m Structure Excavation, Common Soil Part – Iii B Plain And Reinforced Concrete Works 900(1) C2 24.08 Cu.m Structural Concrete (footings And Slab On Fill), A, 28 Days 900(1) C3 6.85 Cu.m Structural Concrete (footings Tie Beam), A, 28 Days 900(1) C4 8.77 Cu.m Structural Concrete (columns), A, 28 Days 900(1) C5 20.99 Cu.m Structural Concrete (suspended Slab), A, 28 Days 900(1) C6 21.55 Cu.m Structural Concrete (beams/girders), A, 28 Days 902(1) A 24,949.40 Kgs Reinforcing Steel Deformed, Grade 40 903(2) 235.44 Sq.m Forms And Falseworks Part – Iii C Finishing C.1 Masonry Works 1046(2) A2 393.98 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 150mm 1046(2) A1 46.38 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 100mm C.2 Roof Framing & Roofing Works Spl 01 140.25 Sq.m Steel Trusses And Roofing Works C.3 Fabricated Materials 1027(1) 850.44 Sq.m Cement Plaster Finish Spl 03 850.44 Sq.m Painting Works (masonry) 1051 (6) 1 L.s Railings C.4 Tile Works 1018(5) 6.30 Sq.m Glazed Tiles C.5 Doors And Windows Spl 04 31 Sets Doors And Windows Part- Iii D Electrical Works 1100(10) 1 L.s Conduit, Boxes, And Fittings, (conduit Works / Conduit Rough-in) 1101(33) 1 L.s Wires And Wiring Devices 1102(1) 1 L.s Panelboard With Main And Branch Brakers 1103(1) 1 L.s Lighting Fixtures And Lamps Part – Iii E Sanitary & Plumbing Works 1001 (11) 1 L.s Catch Basin (concrete / Chb) 1002 (27) 1 L.s Plumbing Works
Closing Date3 Jan 2025
Tender AmountPHP 6.5 Million (USD 113.8 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Sources Sought Lifecycle Notice
this Is A Sources Sought Notice For Market Research Purposes Only. The Naval Surface Warfare Center, Port Hueneme Division (nswc Phd) Issues This Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties For This Requirement. This Sources Sought Notice Is Focused On Identifying Capabilities In The Market Place And Resources To Support This Requirement, As Well As Obtaining Related Technical Information For The Procurement Of The Requirement Listed Below.
the Results Of This Market Research Will Contribute To Determining The Feasibility Of A Set Aside, As Well As The Method Of Procurement.
the Applicable North American Industry Classification System Code Assigned To This Procurement Is 336611-ship Building And Repairing. Psc:j019 - Maint/repair/rebuild Of Equipment- Ships, Small Craft, Pontoons, And Floating Docks.
contract Type – The Government Anticipates The Contract Will Be A Cost-plus-fixed-fee Level Of Effort (loe) Contract. The Evaluation Method Has Not Yet Been Determined; However, The Government Anticipates Utilizing Best Value Criteria.
the Performance Period Is Anticipated To Be For One (1) Base Year With Four (4) Option Years.
integrated Lifecycle Sustainment And Depot-level Repair Are Crucial For Evaluating And Improving Component And System Performance And Sustainability. These Processes Ensure That Equipment Remains Operationally Efficient And Maintains Its Longevity Throughout Its Entire Lifespan. The General Scope Of This Statement Of Work Varies Across Different Phases, The Overarching Goal Is To Ensure That Systems And Equipment Consistently Meet The Needs Of The Nswc Phd. The Primary Goal Is To Optimize The Total Cost Of Ownership While Maintaining Functionality And Reliability. These Approaches Are Essential For Sustaining Operational Efficiency And Extending The Useful Life Of Equipment.
life Cycle Support For Equipment And Systems Spans Several Phases: Acquisition, Development, Deployment, Operations And Maintenance, Modernization, And Retirement. Throughout This Cycle, Lifecycle Sustainment Provides Ongoing Support From Deployment To Retirement. This Support Includes Routine Maintenance, Upgrades, And Modifications To Ensure Systems Consistently Meet Performance Standards And Adapt To Changing Requirements.
depot-level Repair Addresses More Complex Issues By Offering Comprehensive Repairs And Overhauls That Go Beyond Routine Maintenance. As Components Enter Their Operational Phase, Continuous Monitoring Becomes Important To Manage Wear And Tear, Performance Issues, And Maintenance Needs Effectively. By Analyzing Key Performance Indicators And Understanding Common Failure Modes, We Can Refine Maintenance Strategies And Improve Design To Enhance Overall System Performance And Reliability.
interested Small Businesses Are Invited To Submit Capability Statements. This Sources Sought Notice 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 Sources Sought Notice Shall Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. The Government Will Not Reimburse Any Costs Associated With Responding To This Notice. Information Submitted In Response To This Sources Sought Notice Will Become The Property Of The United States Government. Responses To This Sources Sought Notice May Be Used To Determine Small Business Set-aside Opportunities, Far 52.219- 14, Limitation On Subcontracting, Applies.
interested Parties Shall Address The Following In Their Response To This Sources Sought Notice:
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
only Information Provided In The Written Capability Statement Shall Be Considered. Interested Parties Shall Submit A Capability Statement That Sufficiently Addresses The Following Items To Demonstrate The Contractor's Capability To Perform The Requirements:
A. The Contractor's Ability To Manage, As Prime Contractor, The Types And Magnitude Of Tasking In The Draft Sow;
B. The Contractor's Technical 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, With At Least 50% Of The Cost Of The Contract Performance Provided For By Employees Of The Concern; And
C. The Contractor's Capacity, 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
note: 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. Scenario Responses Interested Parties Shall Provide Responses To The Scenarios Listed Below To Demonstrate Their Experience, As Well As Their Processes And Procedures.
scenario 1: Describe The Process You Would Follow To Develop A Master Material List For All Drawings Within The Gfi Sid Packages. Explain How You Would Ensure All Materials Are Accurately Identified, Sourced, And Tracked Throughout The Project. Additionally, Briefly Outline Your Internal Quality Assurance Processes To Ensure That All Pre-fabricated Materials Comply With Gfi Drawings And Instructions.
scenario 2: Describe The Procedures Your Company Would Implement To Address Safety Violations Involving Employees In A Travel Status. Specifically, Explain The Steps For Removing Or Restricting Employees From The Ship For A Week Or Longer, And How You Would Ensure Compliance With Safety Regulations While Minimizing Project Disruption.
scenario 3: Explain Your Company's Experience And Capabilityto Handle Depot-level Repairs, Including Any Specialized Equipment, Tools, Or Facilities That Will Be Used. What Are Your Processes For Managing And Executing These Repairs Efficiently To Ensure Minimal Downtime For The Ships?
scenario 4: Provide Detailed Recommendations On How You Would Adjust The Labor Mix To Meet Project Requirements.
all Capability Statement Responses Are To Be Received No Later Than 14:00 Pm Pacific Standard Time On 17 January 2025. All Responses To This Sources Sought Are Limited To No More Than 15 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, Brian Mundy (brian.c.mundy6.civ@us.navy.mil) With Copy To The Contracting Officer, Brady Smith (brady.d.smith10.civ@us.navy.mil). Nswc Phd May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Posting.
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.
the Government Will Not Pay For Any Information Received In Response To The Sources Sought Nor Will The Government Compensate Respondents For Any Cost Incurred In Developing Information For, Participating In Meetings With, Or Engaging In Discussions With The Government.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Six Hundred Seven Thousand Pesos (₱607,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy & Other Clearances; Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Work: Reinforcing Steel (pedestal Footing); Structural Concrete (pedestal Footing ); Reinforcing Steel (pedestal); Structural Concrete (pedestal); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill);formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Painting Works: Painting Works (metal Painting); Part F. Masonry Work: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Metal Structures: Wall & Roof Framing Including Fabricated Steel Door; Water Tank Steel Platform & Standform; Part H. Shade Net: 60% Woven Shade Net; Part I. Irrigation System: Distribution Pipe, Drain Pipe, Fittings, Water Tank, Hardware & Other Accessories; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Olang, Maria Siquijor. Completion Of The Works Is Required Within Eighty (80) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Bar Cutter; One (1) Leased Bar Bender; One (1) Owned One-bagger Mixer; One (1) Owned Welding Machine; One (1) Owned Cutting Outfit And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Three (3) Skilled Laborer; Six (6) Unskilled; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Rainshelter With Irrigation System . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 7 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 National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 607 K (USD 10.4 K)
Municipality Of Kauswagan, Lanao Del Norte Tender
Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Qty Unit Item Description 64 Units Ipc-hfw2449m-as-led-b-s2 4-mp ½.9” Cmos Image Sensor, Low Luminance And High Definition Image Output Max 4 Mp (2688x1520) @20 Fps And Supports (2560x1440)@25/30 Fps H.265 Codec, High Compression Rate, Ultra-low Bit Rate Built In Warm Light And The Max Illumination Distance Is 50m Roi, Smart H.264+h.265+, Flexible Coding, Applicable To Various Bandwith And Storage Environment Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes Intelligent Monitoring: Intrusion, Tripwire (the Two Functions Support The Classification And Accurate Detection Of Vehicle And Human) Abnormality Detection: Motion Detection, Video Tampering, Audio Detection, No Sd Card, Sd Card Full, Sd Card Error, Network Disconnection, Ip Conflict, Illegal Access And Voltage Detection Alarm: 2 In, 2 Out, Audio: 1 In, 1 Out Support Max 256 G Micro Sd Card, Built In Mic 2 Units Ip Ptz 360 25x Zoom 6 Units 10tb Hdd Fro Surveillance 8 Units Pfs3206 4-port Poe Switch (unmanaged) Two-layer Unmanaged Poe Switch Cascade Can Be Realized Via Sfp Fiber Port Mac Auto Study And Aging, Amc Address List Capacity Is 8k Support Ieee802.3af, Ieee802.3at,hi-poe Standard Conform Ieee802.3, Ieee802.3u, Ieee802.3ab 6 Units 6port Poe 3006 12 Units Poe Extender Outdoor 1x2 2,400 Meters Cat6 Utp Outdoor Pure Copper 1 Lot Fiber Fig.8 With Msgr, Outdoor (various Area) 1 Lot Fiber Cable 1core Outdoor With Msgr 1 Lot Fiber Splicing 16 Pcs Sfp Module Fiber 4 Units Access Point Antenna For P2p In Remote Area 48 Pcs Fiber Patchcord/pigtail 16 Pcs Fiber Box Small 500 Pcs Fiber Pole E Clip Metal/plastic 6 Units Ups 650va 2 Pcs Hdmi Cable 4k 2 Pcs Ptz Utility Box 2 Pcs Ptz Bracket 64 Pcs Aluminum Camera Utility Box 64 Pcs Aluminum Camera Bracket 1 Pc P2p Tower Antenna To Interior School With Long Range Base Station And Receiver 25 Pcs Pole Clamp 10 Pcs Pole Camera Bracket 1 Pc Network Consumable 1 Lot Electrical 1 Lot Command Center Back Up Power Inverter, 48vdc, 12v 200ah Gel Battery, Automatic Transfer Switch, 10mm Thhn, Ac Breaker, Ac Spd, Metal Enclosure 1 Lot Command Center Computer Table And Chair For 6 Monitors 6 Units Pole Box Outdoor Water Proof Large 1 Lot Led Wall Maintenance Cabling 1 Lot Led Wall Panel Maintenance/software Command Center Videowall Components And Software Programming 1 Unit Server Dss Pro With 128 Cameras License, Dss Pro Comprehensive And Expandable Vms, Flexible And Scalable, Reliable And Powerful Central Management System With Client-server Architechture, 1 Unit Nvd0905dh-41-4k Ultra Hd Network Video Recorder Designed For Standalone Operator Viewers H.265+h.265/h.264/mjpeg/mpeg4/mpeg2 Video Decoding Ultr High Decoding Ability Up To 12mp 2ch Hdmi And 2ch Dvi-i Input, 9ch Hdmi Output Support 1/4/9/16 Display Split Support Audio, Alarm, Bi-directional Talk, Rs485 Splicing Screens Control For Zoom/merge/roam/overlay 3 Units Professional Nvr 64 Channel 2u 4k&h.265 Pro Network Video Recorder Smart H.265+/h.265/smart H.264/mjpeg Max 320mbps Incoming Bandwith Supports Raid 0/1/5/10 Up To 12mp Resolution For Preview And Playback 2hdmi/2vga Simultaneous Video Output 9 Units Ls550ucm-ef 55” Fhd Video Wall Display Unit (ultra Narrow Bezel 3.5mm) Industrial Level Ads Lcd Panel, Suitable For Continuous 24h/7 Operation Ultra-narrow 3.5mm Bezel-to-bezel Design Anti-glare Panel, Vivid And Memorable Image Quality Factory Calibration Technology For High Color Uniformity Built-in 3d Noise Reduction System And Picture Splicing Function Abundant Interfaces Hdmi, Dvi,vga, Bnc, Usb Supporting Remote Control By Computer Professional Thermal Design To Extend Device Lifespan Built-in Power, Low Energy Consumption, Ultra Quiet Modular Structure Design, Multiple Installation Modes Widely Used In Durveillance Center, Command Center, Meeting Room, Commercial Display Scenes, Etc. 9 Pcs 15m 4k Hdmi Cables 1 Assembly Fabricated Wall Frame Support 9 Pcs Tvw02-48f Multi-screen Video Wall Mount For 37”-70” 2 Assembly Vms Client Pc (with Dss Client Software Program) Intel I5 12th Gen + Compatible Motherboard 16gb Ram Ddr4 Dimm 256gb Ssd + 500gb Hdd True Rated 650w Psu Atx/matx Tempered Chassis Rtx3050 Gpu (4 Display Output) Mouse And Keyboard Combo 6 Pcs 22” Fhd Led Monitor 2 Pcs Triple Monitor Articulating Mount For 13”-27” (tv12-c034n) 1 Lot Consumables And Other Cables (gypsum Screw, Plastic Tox, Printed Tagging, Electrical Tape, Masking Tape, Cable Tie, Tie Wire, Assorted Connectors, Velcro Tape And Etc.) 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipments/ 1 Year Maintenance/equipment And Tools And Installation Of Video Wall Cable Setting, Including Software Program Of Camera Mapping
Closing Date3 Jan 2025
Tender AmountPHP 27 Million (USD 465.9 K)
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Repair Of Forage Seeds, Feeds & Fertilizer Storage Located At Da-usf, Lomangog, Ubay, Bohol 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Twenty-five Thousand Pesos (₱1,025,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Repair Of Forage Seeds, Feeds & Fertilizer Storage Located At Da-usf, Lomangog, Ubay, Bohol. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Repair Of Forage Seeds, Feeds & Fertilizer Storage Located At Da-usf, Lomangog, Ubay, Bohol. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Proiect Bilboard/signboard ; Occupational Safety And Health Program ; General Scaffolding And Shoring; Part B. Demolition Works: Removal Of Structure And Obstruction; Part C. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part D. Metal Structures: Structural Steel (trusses); Metal Structure Accessories (g.i.c Purlins); Metal Structure Accessories (sagrods&sway Brace); Metal Structure Accessories (fascia Framing And Fascia Cover); Part E. Roofing Works: Prepainted Metal Sheets (corrugated, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Rolls/flashings); Part F. Door And Windows: Solid Core Door; Part G. Electrical Works: Conduit Works, Boxes And Fittings; Replacement Of Existing Circuit Breaker; Restoration Of 3-phase Connection; Lighting Fixtures; Part H. Painting Works: Painting Works (masonry/concrete); Painting Works (metal Painting) . Boq Notes: 1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2. Ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation.. Site: Da-usf, Lomangog, Ubay, Bohol. Completion Of The Works Is Required Within Sixty-three (63) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Owned Plate Compactor ; One (1) Owned One-bagger Mixer ; One (1) Owned And One (1) Leased Bar Cutter; One (1) Owned And One (1) Leased Welding Machine And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Eight (8) Unskilled ; Two (2) Carpenters; One (1) Safety Officer; One (1) L.e Operator. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (₱1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 7 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 National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Construction Of Multi-purpose Building At Batuhan, Pola, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of One Million Five Hundred Ninety Nine Thousand Eight Hundred Sixty Pesos And 08/100 (php 1,599,860.08) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building At Batuhan, Pola, Oriental Mindoro (ib No. Cw-2025-109)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 58 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Description Qty/unit B.3 B.5 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046(2)a1 1004(2) 1009(1)a 1010(2)a 1010(2)b Spl 1003(1)a1 1018(5) 1018(2) 1027(1) 1051(6) Spl-2 1032(1)a 1032(1)b 1032 (1) C 1032 (2) 1013(2)a2 & 1013(2)b1 1014)1)b2 1047(2)a 1047(2)b 1047(10) 1001(10) & 1002(24) 1002(4) 1001(11) 1101(33) 1100(10) 1102(1) 1103(1) Permits And Clearances Project Billboard/sign Board Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Jalousie Window (glass) Wooden Flush Door Wooden Panel Door Aluminum Doors 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Cement Plaster Finish Railings Concrete Signage Painting Works, Masonry, Concrete & Ceiling Painting Works, (wood Painting) Painting Works, Steel Varnishing Works Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection & Coldwater Lines Plumbing Fixtures Septic Vault (concrete/chb) Wires And Wiring Devices Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps 1.00 1.00 31.32 35.27 3.50 13.49 2.61 3.70 4.02 2,836.38 166.30 206.43 1.00 10.56 4.13 1.89 1.00 72.25 15.00 51.00 332.01 1.00 1.00 404.26 1.68 111.12 1.89 50.00 68.00 1,009.65 354.66 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 L.s. Ea M3 M3 M3 M3 M3 M3 M3 Kg M2 M2 I.s M2 M2 M2 I.s. M2 M2 M2 M2 I.s L.s. M2 M2 M2 M2 M M2 Kg Kg I.s I.s I.s. I.s. I.s. I.s. L.s. I.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 To February 28, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On February 14, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 28, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 28, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (february 14, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date28 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.6 K)
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Tobacco Excise Tax Intends To Apply The Sum Of Three Million Five Hundred Twenty Nine Thousand Nine Hundred Eighty Five And 53/100(php 3,529,985.53) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Salagsag, Salay At Brgy. Salagsag, Salay, Misamis Oriental, Under Purchase No. 0053-25 Dated January 16, 2025. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(2)a Embankment From Borrow (common Soil) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks (for One Storey Building) Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1004(2) Finishing Hardware 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(1) Frames(jambs, Sill, Head, Transoms And Mullions) 1010(2)a Hollow Core Flush Door 1010(2)a Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(3) Granite Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(2)c Multiwall Polycarbonate Sheets 1038(1) Reflective Insulation 1047(1) Metal Structure 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1047(5)b Metal Structure Accessories (sagrods) 1051(6) Stainless Steel Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 72 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 (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City 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. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. 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 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date13 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.8 K)
4901-4910 of 4996 archived Tenders