Fabrication Tenders

Fabrication Tenders

Bureau Of Fisheries And Aquatic Resources Rv Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 3.1 Million (USD 54.7 K)
Details: Description Invitation To Bid The Bureau Of Fisheries And Aquatic Resources Region 5 (bfar 5), Through The Government Of The Philippines (gop), For Cy 2025 Intends To Apply The Sum Of Three Million One Hundred Sixty Six Thousand Pesos (php3,166,000.00) Only, Being The Approved Budget For The Contract To Be Bid (abc) To Payment Under The Contract On The Supply, Delivery, And Installation Of 3 Units Of 10 Meter Diameter High Density Polyethylene (hdpe) Circular Cages And 1 Unit Of 9.5 Meter X 11.5 Meter Hdpe Rectangular Cage With The Following Inclusions. Details Are As Follows: Quantity Unit Item Description Unit Cost Total Cost 3 Set High Density Polyethylene (hdpe) Circular Cage Frame 610,000.00 1,830,000.00 Hdpe Fish Cage 10 Meters Diameter Or Above Floaters Diameter: 250 Millimeters Thickness: 14.8 Millimeters With Polystyrene Pipe Insert Handrail Diameter: 110 Millimeters, Thickness: 10 Millimeters, Standard Dimension Ratio (sdr): 11 Handrail Post: 125 Millimeters, Thickness 11.4 Millimeters, Single Stanchion, Sdr: 11 Brackets: 250 Millimeters, Minimum Of 15 Millimeters Thickness, Plastic Molded Or Latest Technology Equivalent, Bracket Stopper: Must Be Welded Not Screwed Or Fused; 16 Brackets Per Unit. Minimum Warranty: Ten (10) Years On Product And Workmanship Warranty: Set Grow-out Polyethylene (pe) Nets (set) A. 1 Unit, 5 Meters Depth Number 22k X 9 Ply Knotless Pe; Square Mesh, B. 1 Unit 5 Meters Depth Number 17k X 9 Ply Knotted Pe; Square Mesh, C. 1 Unit 8 Meters Depth Number 10k X 9 Ply Knotted Pe; Square Mesh, Number 10k X 12 Ply Knotted Pe Net Cover, Pe Rope Number 10 1 Set Hdpe Rectangular Cage Frame 1,036,000.00 1,036,000.00 Hdpe Fish Cage 9.5 Meter X 11.5 Meter Rectangular A. 4 Compartments 4 Meters X 5 Meters Inside B. Floaters Diameter: 250 Millimeters, Sdr: 17 Thickness: 14.8 Millimeters W/ Polysterene Insert C. Handrail Diameter: 110 Millimeters, Thickness: 10 Millimeters D. Handrail Post: 125 Millimeters, Thickness 11.4 Millimeters, Single Stanchion, Sdr: 11 E. Brackets: 15 Millimeters Thickness, Plastic Molded Or Latest Technology Equivalent, F. Bracket Stopper: Must Be Welded Not Screwed Or Fused G. Minimum Warranty: Ten (10) Years On Product And Workmanship Warranty: 1 Set Grow-out Pe Nets (set) A. 4 Units, 4 Meters X 5 Meters X 4 Meters, Number 22 Grow-out Net; B. 4 Units, 4 Meters X 5 Meters X 5 Meters, Number 17 Grow-net Net; C. 4 Units, 4 Meters X 5 Meters X 8 Meters Number 10 Grow-out Net With Cover 4 Set Anchor/mooring 75,000.00 300,000.00 A. 16 Pcs Anchor Blocks 0.5 Meter X 0.5 Meter X 0.5 Meter B. 28 Millimeter Polypropylene (pp) Rope Mooring Line C. 4 Units 200 Liters Drum Note: 1. Design Of Cage Is Selected On Its Durability As Bicol Region Is A Typhoon Built Area. 2. Supplier Must Bring Sample Of Hdpe Material. Conditions: 1. To Be Delivered In Camarines Sur, Albay, And Sorsogon Province Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. 2. All Materials Use Must Be New And In Good Condition. 3. Ten (10) Year Product Warranty On All Supplied Fish Cage Parts And Accessories, Excluding Nets And Mooring. 4. Department Of Science And Technology (dost) Or Any Government Entity Certification Or Report Of Analysis Or Laboratory Report Or Test Report That The Supplier's Hdpe Cage Bracket Revealed The Presence Of Polyethylene. 5. The Supplier’s Hdpe Plastic Must Have A Department Of Science And Technology (dost) Or Any Government Entity Certification Or Report Of Analysis Or Laboratory Report Or Test Report On Lzod Impact Test. The Report Or Analysis Must Be Zero Failed On Complete Break And Partial Break. 6. The Supplier Must Supervise And Transfer The Technology Of Fabrication And Installation During The Training Proper. 7. All Four (4) Units Cages Must Be Installed Including Its Mooring System After The Training Proper. 8. Complete Bid The Bfar 5 Now Invites Bids For Above Goods. 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. Instructions To Bidders. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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, 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 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Until 1:00 O’clock In The Afternoon (official Time At The Office Of The Bac Secretariat) Of February 17, 2025 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php5,000.00) Only. Pre-bid Conference Will Be Conducted On February 3, 2025 At 1:00 O’clock In The Afternoon At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. Only Those Bidders Who Purchased The Bidding Documents Can Participate The Pre-bid Conference. Bids Must Be Delivered/submitted At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur On Or Before 1:00 O’clock In The Afternoon (official Time At The Office Of The Bac Secretariat) On February 17, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Based On The Current Procuring Entity’s Capability, Online Or Electronic Submission And Receipt Of Bids Will Not Be Allowed. Bid Opening Shall Be At 1:00 O’clock In The Afternoon Of February 17, 2025 At The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Bfar 5 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. For Further Information, Please Feel Free To Contact The Personnel Below. Aries C. Tang Head, Bac Secretariat Office Of The Bac Secretariat Bureau Of Fisheries And Aquatic Resources Region 5 Fabrica, Bula, Camarines Sur Cellphone #: 09161135185 Joelle M. Benavidez Bac Chairman

Ormoc City Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.1 K)
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb07-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Construction Of Multi-purpose Building Location : Brgy. Cabintan, Ormoc City Brief Description Other General Requirements; Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Clearing And Grubbing; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Gravel Fill; Civil, Mechanical, Electrical And Sanitary/plumbing Works -division I- General; Reinforced Concrete; Structural Concrete 3500 Psi (class"a", 28 Days); Lean Concrete (manual Mixing); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Storm Drainage And Downspout; Septic Vault (concrete/chb); Plumbing Fixtures; Facial Mirror; Waterlines Works; Ceiling (4.5 Mm Metal Frame Fiber Cement Board); Carpentry And Joinery Works; Rough Hardware; Finishing Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Window (sliding Type); Aluminum Glass Window (awning Type); Aluminum Glass Window (fixed Type); Frames (jambs, Sills, Head, Transoms And Mullions); Doors (flush); Doors (wood Panel); Fabricated Metal Roofing Accessory (gauge 26, 0.551 Mm, Flashings); Fabricated Metal Roofing Accessory (gauge 24, 0.701 Mm, Gutters); Pre-painted Metal Sheets, Rib Type/long Span Above 0.427 Mm. Thck.; Waterproofing Cement Base; Glazed Tiles And Trims; Unglazed Tiles; Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (wood); Painting Works (steel); Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 100mm; Metal Structure Accessories (bolts And Rods); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (sagrods); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Structural Steel (trusses); Structural Steel (purlins); Railing; Electrical; Conduits,boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Pole Mounted Power Transformer (oisc) W/ Complete Accessories (single Or Three Phase, Pole Type Of Platform); Lighting Fixtures And Lamps; Approved Budget For The Contract : P 4,942,097.05 Cy2025 20% Development Fund-annual Budget Contract Duration : 130 Calendar Days Minimum Equipment 1-rebar Cutter, Max Dia (20mm) (owned/leased); 1-bar Bender (circular) (owned/leased); 1-concrete Mixer (1-2 Bagger, 8hp) (owned/leased); 2-welding Machine (owned/leased); 1-cutting Outfit (owned/leased); 1-cargo Truck/delivery Truck (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-plate Compactor (5 Hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); 2-concrete Vibrator (owned/leased); 1-pumpcrete (owned/leased); 1-boom Truck All Model 2-5mt 160hp (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Tuesday, January 21, 2025 February 10, 2025 @ 9:30 A.m 2. Pre-bid Conference Wednesday, January 29, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Monday, February 10, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Monday, February 10, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc 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 Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps January 21, 2025 Bac Chairman Newspaper N/a Closing Date: February 10, 2025 2025-01-cb07

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Energy, Oil and Gas
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: 8 page 8 Of 57 page 8 Of 57 summary: department Of Veterans Affairs, Veterans Health Administration, Network Contracting office 5, Is Issuing This Request For Sources Sought Notice In Order To Identify Vendors that Are Interested In And Capable Of Providing Contractor Services. For A Contractor That can Provide A Licensed Md Professional Engineer (p.e.) And Sti Sp001 Inspector(s). For Tank And Icp Regulatory; Training; And Tank Closure Support. To Comply With The Joint Commission Emergency Power Systems Requirements In Ec.02.0.07 And The Joint Commission Emergency Management Requirement, Em.02.01.01, The Vamhcs Currently Has 43 Aboveground Fuel Sources For Emergency Power Systems (aboveground Storage Tanks, Asts). There Is Also Other Oil-filled Equipment Such As Wet Transformers And Elevator Hydraulic Reservoirs. For The Baltimore Va Medical Center, Loch Raven Va Medical Center, And The Perry Point Va Medical Center. for Response Details See Interested & Capable Responses Last Two Pages. scope Of Work: locations: baltimore Va Medical Center Perry Point Va Medical Center 10 North Greene Street 361 Boiler House Rd. baltimore, Md 21201 Perry Point, Md 21902 loch Raven Va Medical Center 3900 Loch Raven Blvd baltimore, Md 21218 tank And Icp Regulatory; Training; And Tank Closure Support For Baltimore Vamc; Loch Raven Vamc And Perry Point Vamc Integrated Contingency Plans (icps) 512-25-2-637-0059 i. Introduction to Comply With The Joint Commission Emergency Power Systems Requirements In Ec.02.0.07 And The Joint Commission Emergency Management Requirement, Em.02.01.01, The Vamhcs Currently Has 43 Aboveground Fuel Sources For Emergency Power Systems (aboveground Storage Tanks, Asts) Please See Attachment A For A List Of Vamhcs Asts And Usts. This List Will Change As Tanks Are Added And Removed. . There Is Also Other Oil-filled Equipment Such As Wet Transformers And Elevator Hydraulic Reservoirs. Asts And Usts Fall Under Several Environmental Regulatory Requirements: Section 112.7(e) Of The Clean Water Act And Maryland Department Of The Environment Oil Operations Permit, Code Of Maryland Regulations (comar) 26.10.01-.18 And All Associated Standards And References Within The Regulations Such As Nfpa 30; Pei Rp 1700; Sti Sp001; Etc; As Well As The Latest Comar Regulations That Pertain To Asts. This Base Plus Four-year Best Value Contract Will Provide Ast Subject Matter Expert Support To Accomplish The Following For The Baltimore; Loch Raven; And Perry Point Vamcs: clin 1.0 Update Integrated Contingency Plans (icps) clin 2.0 Modify/update And Present Icp Training To Vamhcs Personnel clin 3.0 Update Vamhcs Ast/ust Policies; Fuel System Sops And Other Tank-related Documentation Based On Latest Mde Ast/ust Regulations And All Associated Standards And References Within The Regulations Such As Those From Nfpa; Pei; Sti Sp001; Etc. clin 4.0 Ast Closure Support For Vamhcs Tanks Based On Latest Mde Ast/ust Regulations And All Associated Standards And References Within The Regulations Such As Nfpa 30; Pei Rp 1700; Sti Sp001, Etc. As Well As With The Resource Conservation And Recovery Act (rcra) all Updates, Support, And Training Shall Be Conducted In Accordance With The Following Regulations: 40 Cfr 112 (clean Water Act Spcc Requirements) 40 Cfr 262.34 And 40 Cfr 265.52 (rcra Contingency Plan) code Of Maryland Regulations (comar) 26.13.05.04 (maryland Contingency Plan Requirements) comar 26.10.01-.18 (mde Oil Pollution Control And Storage Tank Management) And All Associated Standards And References Within The Regulations Such As Those From Nfpa; Pei; Sti; Etc. comar 26.10.17.13 (closure Of Shop-fabricated Aboveground Storage Tank (ast) Systems comar 26.10.18.12 (closure Of Field-erected Ast Systems) national Fire Protection Association Sections Nfpa 30, Flammable And Combustible Liquids Code; petroleum Equipment Institute (pei) Rp 1700; all Applicable State And Local Regulations, Executive Orders, Va Directives, And Facility Policies. ii. Description Of Work 1.0 Clin 1.0 Icp Updates the Contractor Shall Update The Baltimore; Loch Raven; And Perry Point Vamc Icps As Identified Below And As Needed Each Year Due To Technical Changes From Construction Contracts. visn facility rcra Lqg required Plan Update date Of Last Update 5 baltimore Vamc yes icp 2020 5 perry Point Vamc yes icp 2021 5 loch Raven Vamc yes icp 2020 at A Minimum The Creation, Updates And Revisions For Icps Shall: describe The Actions Facility Personnel Must Take To Response To Fires, Explosions, Or Any Unplanned Sudden Or Non-sudden Release Of Hazardous Waste Or Hazardous Waste Constituents To Air, Soil, Or Surface Water At The Facility. describe Arrangements Agreed To By Local Police Departments, Fire Departments, Hospitals, Contractors, And State And Local Emergency Response Teams To Coordinate Emergency Services. list Names, Addresses, And Phone Numbers (office And Home) Of All Persons Qualified To Act As Emergency Coordinator, And This List Must Be Kept Up To Date. Where More Than One Person Is Listed, One Must Be Named As Primary Emergency Coordinator, And Others Must Be Listed In The Order In Which They Will Assume Responsibility As Alternates. include A List Of All Emergency Equipment At The Facility (such As Fire Extinguishing Systems, Spill Control Equipment, Communications And Alarm Systems (internal And External), And Decontamination Equipment), Where This Equipment Is Required. This List Must Be Kept Up To Date. In Addition, The Plan Must Include The Location And A Physical Description Of Each Item On The List, And A Brief Outline Of Its Capabilities. include An Evacuation Plan For Facility Personnel Where There Is A Possibility That Evacuation Could Be Necessary. This Plan Must Describe Signal(s) To Be Used To Begin Evacuation, Evacuation Routes, And Alternate Evacuation Routes (in Cases Where The Primary Routes Could Be Blocked By Releases Of Hazardous Waste Or Fires). describe The Physical Layout Of The Facility And Include A Facility Diagram, Which Must Mark The Location And Contents Of Each Fixed Oil Storage Container And The Storage Area Where Mobile Or Portable Containers Are Located. Including: type Of Oil In Each Fixed Container And Its Storage Capacity For All Containers Over 55 Gallons. For Mobile Or Portable Containers, Either Provide The Type Of Oil And Storage Capacity For Each Container Or Provide An Estimate Of The Potential Number Of Mobile Or Portable Containers, The Types Of Oil, And Anticipated Storage Capacities; discharge Prevention Measures Including Procedures For Routine Handling Of Products (loading, Unloading, And Facility Transfers, Etc.); discharge Or Drainage Controls Such As Secondary Containment Around Containers And Other Structures, Equipment, And Procedures For The Control Of A Discharge; countermeasures For Discharge Discovery, Response, And Cleanup (both The Facility's Capability And Those That Might Be Required Of A Contractor); methods Of Disposal Of Recovered Materials In Accordance With Applicable Legal Requirements; And contact List And Phone Numbers For The Facility Response Coordinator, National Response Center, Cleanup Contractors With Whom You Have An Agreement For Response, And All Appropriate Federal, State, And Local Agencies Who Must Be Contacted In Case Of A Discharge. provide Information And Procedures To Enable A Person Reporting A Discharge To Relate Information On The Exact Address Or Location And Phone Number Of The Facility; The Date And Time Of The Discharge, The Type Of Material Discharged; Estimates Of The Total Quantity Discharged; The Source Of The Discharge; A Description Of All Affected Media; The Cause Of The Discharge; Any Damages Or Injuries Caused By The Discharge; Actions Being Used To Stop, Remove, And Mitigate The Effects Of The Discharge; Whether An Evacuation May Be Needed; And, The Names Of Individuals And/or Organizations Who Have Also Been Contacted. include A Prediction Of The Direction, Rate Of Flow, And Total Quantity Of Oil Which Could Be Discharged From The Facility As A Result Of Each Type Of Major Equipment Failure Using Autocad Or Approved Software. recommend, If Needed, Appropriate Containment And/or Diversionary Structures Or Equipment To Prevent A Discharge. be Certified By A Professional Engineer Licensed In The State Of Maryland identify Written Procedures For Inspection, Tests, And Record Keeping Requirements. include Requirements For Personnel, Training, And Discharge Prevention Procedures Related To: operation And Maintenance Of Equipment To Prevent Discharges; Discharge Procedure Protocols; Applicable Pollution Control Laws, Rules, And Regulations; General Facility Operations; And, The Contents Of The Facility Icp. key Personnel Who Are Accountable For Discharge Prevention. describe How The Facility Will Secure And Control Access To The Oil Handling, Processing And Storage Areas; Secure Master Flow And Drain Valves; Prevent Unauthorized Access To Starter Controls On Oil Pumps; Secure Out-of-service And Loading/unloading Connections Of Oil Pipelines; And Address The Appropriateness Of Security Lighting To Both Prevent Acts Of Vandalism And Assist In The Discovery Of Oil Discharges. describe Procedures For Filling And Dispensing Oil At The Facility And Recommend Methods For Preventing Releases. include A Complete Discussion Of Conformance With The Applicable Requirements And Other Effective Discharge Prevention And Containment Procedures Required By Federal, State And Local Guidelines. include A Quick Reference Guide (qrg). 1.1 Clin 1.0 Milestones, Time Lines And Project Submittals clin 1.0 Milestone clin 1.0 Time Line site Visits And Investigations For All Sites completed Within 60 Days Of Notice To Proceed (ntp) And Within 60 Days Of Each Option Year Start Date draft Submission Of Icps For All Sites 90 Days After Ntp And Within 90 Days Of Each Option Year Start Date cor Review Period 3 Weeks After Receiving Drafts final Submission 2 Weeks After Receiving Cor Comments clin 1.0 Project Submittals: 1. Draft Icp: One Electronic Copy Should Be Sent To The Cor. The Cor Will Then Review And Provide Comments To Both The Contractor And The Site Staff. Estimate Two Rounds Of Comment Resolution For Each Draft. 2. Final Icp: Six Hardcopies (with Electronic Deliverable) Will Be Delivered To The Cor And Vamhcs Point Of Contact For Each Vamhcs Facility (perry Point, Baltimore, And Loch Raven Vamcs). 3. Icp Documents: The Contractor Shall Provide Electronic Access To All Icp Documents. 2.0 Clin 2.0 Training to Comply With The Requirements Under The Clean Water Act And The Resource Conservation And Recovery Act, The Vamhcs Facilities Of Baltimore, Perry Point, And Loch Raven Will Also Require Initial Training On All New And Updated Icps. after The First Icp Update, He Contractor Must Provide Two-hour, Facility-specific, Initial Training To Each Individually Identified Vamhcs Facility For Up To 50 Employees Per Site (maximum Of 200 Total, Total 8 Hours And Can Be Done Virtually, In-person Or A Combination Of Both). Contractor Shall Provide Updates To Icp Training Each Year Following The Base Year. The Training Should Provide Detailed Requirements Related To The Entire Icp; Not Just Specific To The Most Recent Revisions. This Training Will Include Monthly Inspections; Spill Response And Instruction On Completion Of Documentation And Recordkeeping Requirements Of The Plan. The Training Shall Include The Submission Of An Electronic Copy Of The Training For Future Facility Training Use. 2.1 Clin 2.0 Milestones, Time Lines And Project Submittals clin 2.0 Milestone clin 2.0 Time Line draft Submission Of Icp Training For Each Of The Three Sites 90 Days After Ntp And Within 90 Days Of Each Option Year Start Date cor Review Period 2 Weeks After Receiving Draft Training Slide Deck final Submission 2 Weeks After Receiving Cor Comments provide Annual Training (can Be Virtual Via Platform Such As Ms Teams) within 30 Days After Final Submission clin 2.0 Project Submittals: 1. Draft Icp Training: One Electronic Copy Should Be Sent To The Cor For Each Vamhcs Facility. The Cor Will Then Review And Provide Comments To Both The Contractor And The Site Staff. Estimate Two Rounds Of Comment Resolution For Each Draft. 2. Final Icp Training: Electronic File Will Be Delivered To The Cor And Point Of Contact For Each Vamhcs Facility (perry Point, Baltimore, And Loch Raven Vamcs) 3. Icp Training: The Contractor Shall Provide Icp Training Either In-person Or Via Ms Teams (or Other Compatible Virtual Platform) For Real-time Training To Each Vamhcs Facility (perry Point, Baltimore, And Loch Raven Vamcs). 4. All Training Documents: The Contractor Shall Provide Electronic Access To All Training Documents. clin 3.0 Vamhcs Ast/ust Document Reviews And Updates review All Vamhcs Ast/ust Policies; Fuel System Sops And Other Related Documentation Such As Technical Information Library Tank-related Specifications And Update All Documentation Based On Latest Mde Ast/ust Regulations And All Associated Standards And References Within The Regulations Such As Those From Nfpa; Pei; Sti Sp001; Etc. 3.1 Clin 3.0 Milestones, Time Lines And Project Submittals clin 3.0 Milestone clin 3.0 Time Line review Of All Vamhcs Ast And Ust-related Documentation (including Related Policies; Sops; Icps; Inspection Checklists; Reports Etc.) Assume Review Of 4-6 Documents Each Year Of The Contract With Most Extensive Review The First Year Of The Contract. concurrently With Icp Updates And Within 90 Days Of Each Option Year Start Date track Change Updates To All Documents Reviewed With Suggestions For Improvement, Efficiencies, Etc. Please Note, The Latest Vamhcs Document Templates Must Be Utilized. Please Refer To Vamhcs Cor For Latest Document Templates. within 180 Days Of Base Year Start Date And Within 180 Days Of Each Option Year Start Date cor Review Period 2 Weeks After Receiving Draft Changes final Submission - Two Versions Delivered Electronically To Cor: 1)version With All Track Changes In The Document 2)version With All Track Changes Accepted. 2 Weeks After Receiving Final Cor Comments clin 3.0 Project Submittals: 1. Track Change Updates: One Electronic Copy Should Be Sent To The Cor For Each Vamhcs Document Reviewed. The Cor Will Then Review And Provide Comments To The Contractor. Estimate Two Rounds Of Comment Resolution For Each Document Reviewed. 2. Final Documentation Updates (track Change And Clean Versions): Electronic Files Of Final Track Changes Version And Final Clean Versions Will Be Delivered To The Cor For Each Document Reviewed. clin 4.0 Tank Closure Support: the Contractor Shall Also Complete And/or Oversee And Review Tank Closure Activities At The Vamhcs Sites As Needed, To Include Any Tank Closures As Required By The Following To Ensure All Regulatory Items Are Completed. This Will Include Documentation; Sampling; And Testing As Well As Removal And Disposal Of Tank And Tank Contents. For Estimating Purposes, Assume The Following (however, May Be Subject To Change): six Ast Closures In The Base Year Of Contract: 1 X 75-300 Gal Diesel Tank (shop-fabricated) 3x 500-700 Gal Diesel Tanks (shop-fabricated) 2 X 15,000 Gal Diesel Tanks (shop-fabricated) three Ast Closures In Year One Of Contract: 1 X 75-300 Gal Diesel Tank (shop-fabricated) 1 X 500-700 Gal Diesel Tank (shop-fabricated) 1 X 150,000 Gal #2 Fuel Oil Tank (field-erected) two Ast Closures In Year Tow Of Contract: 1x 1000-4000gal Diesel Tank (shop-fabricated) With Underground Piping And Two Subsurface Sumps 1 X 75-300 Gal Diesel Tank (shop-fabricated) mde Does Not Prescribe A Set Number Of Samples Per Tank Type Or Size. Assume Number Of Samples Based On Worst Case Scenarios. For Example 5-10 Soil Samples/ast For Sizes 55 Gallons To 700 Gallons; 6-10 Soil Samples/ast For Each Of The 15,000-gallon Tanks; And 12 Shallow Soil Samples For The 150,000-gallon Ast. Sample Analyses Include Vocs, Mtbe, Tba, Naphthalene, Tph-gro, And Tph-dro. Please Note, This Could Be Increased Depending Upon Mde Requirements. closures Per Comar 26.10 (or Most Recent Version Of Mde Regulations) And comar 26.10.17.13 (closure Of Shop-fabricated Aboveground Storage Tank (ast) Systems comar 26.10.18.12 (closure Of Field-erected Ast Systems) petroleum Equipment Institute (pei) Rp 1700 sti Sp001 resource Conservation And Recovery Act (rcra) all Closure Documentation; Sampling And Testing; Removal And Disposal Of Tank And Tank Contents In Accordance With All Epa; Mde; And Local Laws; Submittal To Mde And Any Related Onsite Support Will Be Required By The Contractor ast Closure For Vamhcs Tanks Shall Be Based On Latest Mde Ast/ust Regulations And All Associated Standards And References Within The Regulations Such As Nfpa 30; Pei Rp 1700; Sti Sp001, Etc. This Will Include Permanent And Temporary Closure Per The Following Or Latest Comar Regulations And Mde Fact Sheet (this One Or Latest Version): Https://mde.maryland.gov/programs/land/oilcontrol/documents/ast_closure_fact_sheet_6.9.23_6pgs.pdf: (1). At Least 30 Days Before Beginning The Permanent Closure Of The Ast System: (a) Notify Mde Oil Ast & Permits Section, Oil Control Program Land And Materials Administration In Writing Of The Planned Ast System Permanent Closure; And (b) Submit To The Department For Approval A Proposed Sampling Plan For A Site Assessment To Determine If There Is Evidence Of A Spill, Release, Or Discharge Where Contamination Is Most Likely To Be Present, Which Includes The Sampling Of, At A Minimum, The Following Areas Of The Ast Site: (i) Within And Immediately Outside Of The Secondary Containment Dike, If Present; (ii) Within The Footprint Of The Removed Ast; And (iii) Beneath Underground Piping Associated With The Removed Ast (if Applicable); (2). Place The Ast System Out-of-service In Accordance With §b Of This Regulation: b. Out-of-service. An Owner, An Operator, And A Person In Charge Of An Ast System With A Shop-fabricated Ast Shall Complete Each Of The Following Steps To Place The Ast System Out-of-service: (1) Remove All Oil From The Ast System; (2) Isolate All Piping Connected To The Ast; (3) Remove All Waste Materials From The Ast System, Including Storage Tank- Bottom Sludge, And Dispose Of These Materials In Compliance With Applicable Federal, State, And Local Laws; (4) Purge All Petroleum Vapors And Maintain The Ast System Vapor Free; (5) Secure The Ast System To Prevent Unauthorized Entrance Or Tampering; (6) Protect The Ast System From Flotation; (7) Continue The Operation And Maintenance Of Corrosion Protection On The Ast System In Accordance With Regulation .10 Of This Chapter; (8) Lock The Fill Port; (9) Label The Ast Using Lettering At Least 3 Inches High, In A Readily Visible Location On The Ast, With The Following Information: (a) Date The Ast Was Placed Out-of-service; (b) Name Of Product Last Stored; And (c) The Words "out-of-service" Or "empty"; And (10) Notify The Department In Writing 30 Days Before Placing The Ast System Out-of-service. (3) Comply With Pei Rp 1700 "recommended Practices For The Closure Of Underground Storage Tank And Shop-fabricated Aboveground Storage Tank Systems"; (4) Disconnect And Remove All Aboveground Piping Associated With The Ast System; (5) Disconnect And Remove All Underground Piping Associated With The Ast System: (a) Under The Continuous On-site Presence And Direction Of A Certified Ust System Technician Or Remover; And (b) In Accordance With The Ust System Permanent Closure Procedures Inâ comar 26.10.10.02d; (6) Remove The Ast And Associated Piping From The Site; And (7) Within 45 Days Of Completing The Permanent Closure And Approved Site Assessment, Submit A Closure Report To The Department Detailing: (a) The Ast Closure Activities; And (b) The Results Of The Sampling Event, Including A Map Identifying Sample Locations, Laboratory Results, Summary Of Findings, And Conclusions. 4.1 Clin 4.0 Milestones, Time Lines And Project Submittals clin 4.0 Milestone clin 4.0 Time Line draft Submission Of All Required Items Within Latest Mde Closure Regulations (see Paragraphs Above) Such As Sampling Plans; Drawings; Etc. 10 Days After Notification Of Tank Closure And Within 10 Days Of Each Required Mde Closure Item Listed In The Latest Mde Closure Regulations. cor Review Period 1 Week After Receiving Draft Submission final Submission 1 Week After Receiving Cor Comments submittal To Mde 2-3 Business Days After Final Submission Of The Items Above To Cor provide Tank Closure Reports, Sampling Plans, Testing And All Related Closure Documentation, Photos, Etc. Into A Final Report within 30 Days After Final Submission Of Last Closure Item For Each Tank That Is Closed. provide All Required Onsite Support Required (for Tasks Such As Sampling; Tank And Tank Contents Removal And Disposal Etc.) 2-4 Onsite Visits As Required Per Tank Closure clin 4.0 Project Submittals: 1. Draft Closure Items Required By Latest Mde Regulations: One Electronic Copy Should Be Sent To The Cor For Each Vamhcs Facility. The Cor Will Then Review And Provide Comments To Both The Contractor And The Site Staff. Estimate Two Rounds Of Comment Resolution For Each Draft. 2. Final Closure Items Required By Latest Mde Regulations: Electronic File Will Be Delivered To The Cor And Point Of Contact For Each Vamhcs Facility (perry Point, Baltimore, And Loch Raven Vamcs) 3. Draft Tank Closure Report With All Regulatory Elements Required: One Electronic Copy Should Be Sent To The Cor And Point Of Contact For Each Vamhcs Facility. The Cor Will Then Review And Provide Comments To Both The Contractor And The Site Staff. Estimate Two Rounds Of Comment Resolution For Each Draft. 4. Final Tank Closure Report With All Regulatory Elements Required: One Electronic Copy Should Be Sent To The Cor And Point Of Contact For Each Vamhcs Facility Within Two Weeks Of Receipt Of Cor Comments. 5. Onsite Support Schedule For Reconnaissance; Sampling; And Tank Removal/disposal: Contractor To Provide At Least 30 Days Prior To Each Ast Closure. 5.0 Qualifications: prime Contractor Personnel Must Perform The Work In This Sow And All Work Shall Be Managed By A Currently Licensed Md Professional Engineer (p.e.) And Sti Sp001 Inspector(s). prime Contractor Personnel Who Will Be Performing The Work On This Contract Must Show Recent (within The Past Three Years) Past Performance Successfully Completing Spcc/integrated Contingency Plans And/or Plan Updates And Associated Training. prime Contractor Personnel Who Will Be Performing The Work On This Contract Must Show Recent (within The Past Three Years) Past Performance Working With Maryland Oil Pollution Control Regulations For Asts And Usts And Industry Standards Referenced Within. This May Include But Is Not Limited To: comar 26.10, Chapters 1-18 (or Latest Edition Of Md Oil Pollution Control And Storage Tank Management Regulations) steel Tank Institute (sti) Sp001 petroleum Equipment Institute (pei) Rp 1700. national Fire Protection Association (nfpa) 30 prime Contractor Personnel Who Will Be Performing The Work On This Contract Must Show Recent (within The Past Three Years) Past Performance Successfully Completing Ast Permanent Closures Per Mde Regulations And Industry References Within The Regulations, Particularly: comar 26.10.17.13 (closure Of Shop-fabricated Aboveground Storage Tank (ast) Systems comar 26.10.18.12 (closure Of Field-erected Ast Systems) pei Rp 1700. nfpa 30 sti Sp001 prime Contractor Must Have An Office Within 200 Miles Of The Perry Point Va Medical Center Within The Area Of Maryland, Delaware, Pennsylvania Or Virginia/washington, D.c. vamhcs Personnel Will Provide Timely Access To All Tanks And Tank Areas, Including Unlocking Of Gates And Fill Ports As Needed. contractor Will Be Able To Work Onsite Each Day For 8-hours As Needed. a Total Of 8 Days Onsite Is Assumed For Completing Perry Point Vamc Icp Updates And Review Of Tanks For All Clins In This Sow. a Total Of 1 Day Onsite Is Assumed For Completing Baltimore Vamc Icp Updates And Review Of Tanks For All Clins In This Sow. a Total Of 1 Day Onsite Is Assumed For Completing Loch Raven Vamc Icp Updates And Review Of Tanks For All Clins In This Sow. a Total Of 2-4 Days Onsite Is Assumed For Completing Each Tank Closure At The Loch Raven; Baltimore; And Perry Point Vamcs. contractor Will Supply Appropriate Personnel And Monitoring During The Confined Space Entries, When Needed Per Osha Standards (one Vaulted Tank At Perry Point Vamc Is Located Within A Confined Space). the Contractor Will Supply An 8-foot, A-frame Ladder To Access Tank Tops. For Tanks Taller Than That For Which A Catwalk, Access Platform, Stairs, Or Other Safe Means Of Access Are Not Present, Contractor Will Provide Required Safety Equipment Per Latest Osha Standards. contractor Will Supply An Osha Health And Safety Plan For Review By Cor If Requested. 6.0 Background as Required By The Clean Water Act And In Accordance With The Code Of Federal Regulations 40 Cfr Section 112, Facilities With An Aggregate Aboveground Oil Storage Capacity Greater Than 1,320 Gallons Or An Underground Oil Storage Capacity Greater Than 42,000 Gallons Must Develop, Implement, And Maintain An Integrated Contingency Plan (icp), Which Will Meet The Requirements For A Spill Prevention Control And Countermeasures Plan (spccp) And Resource Conservation And Recovery Act (rcra) Hazardous Waste Contingency Plan. The Icp Is Required For Facilities To Prevent Discharges To Waters Of The United States And Respond To Spills Should They Occur. per 40 Cfr 112.5, An Icp Shall Be Amended By A 3rd Party Professional Engineer (p.e.) When There Is A Change In Facility Design, Construction, Operation, Or Maintenance That Affects Its Potential For Discharge, Or Every Five Years. To Do This, A 3rd Party Professional Engineer Licensed In The State Of Maryland Must Certify The Changes And Update The Associated Icp, Including Drawings And An Update Of The Quick Reference Guide (qrg). The Following Va Facilities Are Subject To This Requirement: Baltimore Va Medical Center (vamc), Perry Point Vamc, And Loch Raven Vamc. additionally, As Required By The Resource Conservation And Recovery Act (rcra) And In Accordance With 40 Cfr 262.34, Generators Of Hazardous Waste Must Develop, Implement, And Maintain A Hazardous Waste Contingency Plan. Specifically, Large Quantity Generators Must Maintain A Current, Written Contingency Plan Which Should Be Updated As Needed. The Following Va Facilities Require Written Hazardous Waste Contingency Plan Updates: Baltimore Vamc, Perry Point Vamc, And Loch Raven Vamc. attachment A - This List May Be Updated As Tanks Are Added/removed And Will Be Provided By The Vamhcs Cor To The Contractor (tanks Highlighted In Yellow Are Planned For Closure And Removal Depending On Funding And Priorities) perry Point Vamc Aboveground Storage Tanks (above 55gal): table A-1. Aboveground Storage Tank Inventory Perry Point Vamc tank No. location capacity (gallons) product hi-level Alarm containment And Spill Control Features d-17h kitchen, Bldg. 17h 3,000 diesel Fuel yes double-walled Tank, Overfill prevention Device dt-17h emergency Generator, Bldg. 17h 100 diesel Fuel yes integral Secondary Containment d-19h medical Ward, Bldg. 19h 2,000 diesel Fuel no double-walled Tank d-20 raw Water Pumping station, Bldg. 20 605 diesel Fuel no double-walled Tank, secondary Containment d-20h/d-333 generator Bldg.333, adjacent To Bldg. 20h 2,000 diesel Fuel yes double-walled Tank, Overfill Prevention Device, Spill Bucket dt-20h/dt- 333 generator Bldg. 333 150 diesel Fuel no double-walled Tank d-23h/d- 361g hospital Clinic, Bldg. 23 (outside building 23h) 2,500 diesel Fuel yes double-walled Tank, Spill Bucket dt-23h/dt- 361g emergency Generator, Bldg.361 G (outside Building 23h 75 diesel Fuel yes double-walled Tank dt 23h/gg106 room Gg 106, bldg. 23h (inside building 23h) 75 diesel Fuel yes double Walled Tank d 103 water Filter plant, Bldg. 103 4000 diesel Fuel no vaulted, Double Walled Tank With Double-walled Underground Piping, secondary Containment dt 103a water Filter plant, Bldg. 103 242 diesel Fuel no double Walled Tank, Secondary Containment dt 103b water Filter plant, Bldg. 103 242 diesel Fuel no double Walled Tank, Secondary Containment 10 page 10 Of 57 page 10 Of 57 table A-1. Aboveground Storage Tank Inventory Perry Point Vamc tank No. location capacity (gallons) product hi-level Alarm containment And Spill control Features d 311 wastewater Pumping station, Bldg. 311 1,000 diesel Fuel yes double Walled Tank, Spill Bucket dt 311 emergency Generator, Bldg. 311 75 diesel Fuel yes single Walled Tank; Secondary Containment Partially Provided By Building In Conjunction With active Measures d 315 boiler Plant, Bldg. 315 150,000 heating Oil no 164,000 Gallon Engineered Berm Consisting Of Soil And Concrete With A Pvc liner d 321.a chiller Plant, Bldg. 321 500 diesel Fuel no double Walled Tank, Spill Bucket dt 321.a emergency Generator, Bldg. 321 75 diesel Fuel yes double Walled Tank d 321.b chiller Plant, Bldg. 321 15,000 diesel Fuel yes double Walled Tank dt 321.b chiller Plant, Bldg. 321 700 diesel Fuel yes integral Secondary Containment d 321.c chiller Plant, Bldg. 321 15,000 diesel Fuel yes double Walled Tank dt 321.c chiller Plant, Bldg. 321 700 diesel Fuel yes integral Secondary Containment d 324 generator Bldg. 324 550 diesel Fuel no double Walled Tank, Spill Bucket d 325 generator Bldg. 325 550 diesel Fuel no double Walled Tank, Spill Bucket d 326 generator Bldg. 326 550 diesel Fuel no double Walled Tank, Spill Bucket d 327 generator Bldg. 327 500 diesel Fuel no double Walled Tank, Spill Bucket page 10 Of 57 table A-1. Aboveground Storage Tank Inventory Perry Point Vamc tank No. location capacity (gallons) product hi- Level Alar M containment And Spill Control Features d 329 generator Bldg. 329 550 diesel Fuel no double Walled Tank, Spill Bucket d 344 generator Bldg. 344 550 diesel Fuel yes double Walled Tank; Overfill prevention Device dt 344 generator Bldg. 344 25 diesel Fuel yes single-walled Tank; Secondary Containment Partially Provided By Building In Conjunction With active Measures d 360g filter Plant, bldg. 360g 2,000 diesel Fuel yes double Walled Tank, Spill bucket d-365 generator Bldg. 365 1,000 diesel Fuel yes double-walled Tank, Spill Bucket dt-365 emergency Generator, Bldg. 365 75 diesel Fuel no single-walled Tank; Secondary Containment Partially Provided By Building In Conjunction With active Measures d-507 salt Shed, Bldg. 507 500 diesel fuel no double-walled Tank d-11.a mobile Emergency generator (200 Kw) 100 diesel Fuel no double-walled Tank d-11.b mobile Emergency generator (200 Kw) 100 diesel Fuel no double-walled Tank d-11.c mobile Emergency generator (100 Kw) 100 diesel Fuel no double-walled Tank d-mobile remro (outside) Mobile Refueler 275 diesel Fuel n/a none d- Remro automotive repair Garage 500 heating Oil no sec. Containment Basin o-11 garage, Bldg. 11 275 used Oil no sec. Containment Basin total # Of tanks Perry Point Vamc 38 baltimore Vamc Aboveground Storage Tanks: table A-2. Baltimore Vamc Aboveground Storage Tank Inventory tank No. location capacity (gallons) product high-level Alarm containment And Spill Control Features ast 1 8th Floor, Room 8a-101 300 diesel Fuel no none ast 2 8th Floor, Room 8a-101 300 diesel Fuel no none ast 3 8th Floor, Room 8a-101 300 diesel Fuel no none total # Of Tanks baltimore Vamc 3 loch Raven Vamc Aboveground Storage Tanks: table A-3. Loch Raven Aboveground Storage Tank Inventory tank No. location capacity (gallons) product hi-level Alarm containment And Spill Control Features ast-1 building 1 (exterior) 2,000 diesel Fuel yes double-walled Steel Tank With Double-walled Underground Piping dt-1 emergency Generator Day Tank(exterior) 75 diesel Fuel no double-walled mobile Generator building 1 (exterior) 574 diesel Fuel yes double-walled total # Of Tanks Loch Raven Vamc 3 interested & Capable Responses: Must Respond With The Following Information. Must Answer The Subcontracting Questions Highlighted Below. contractors Must Also Provide The Following Copies: maryland Professional Engineering License / Certificate sp001 Inspector Certification - Aboveground Tank System Inspector nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Washington Dc Va Medical Center. please Respond To This Rfi/sources Sought 36c24525q0295 With Your: business Name (including Unique Entity Id (sam.gov) business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), And person Of Contact (including Telephone Number & Email Address). capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities. available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics) brief Summary Of Categories Of Services That Your Company Can/cannot Provide. certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable) confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response: do You Intend To Self-perform This Effort? if You Are Located Outside The Immediate Area, How Will You Self-perform? or Do You Intend To Subcontract Work Under This Contract? if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting? response Instructions: responses Must Be Received By Tuesday, February 25th, 2025 @ 10:00 Am Est. Responses To The Information Requested Above Must Be Submitted Via Email To Bill Pratt at Billie.pratt@va.gov. And William.galletta@va.gov. subject Line Should Have: 36c24525q0295 | Response Sources Sought Notice | Company Name. this Request For Information/sources Sought Notice Is For Planning Purposes Only And does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be accepted By The Government To Form A Binding Contract. The Results Of This Market research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred As A Result Of A vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A result Of This Notice. bill Pratt contract Officer vha, Nco 5

BARANGAY CAMIRE, TANAUAN, LEYTE Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 454.9 K (USD 7.8 K)
Details: Description I. Structure Excavation (common Soil) Ii. Structural Concrete For Footing And Slab On Fill Iii. Structural Concrete For Column Iv. Reinforcing Steel Of Reinforced Concrete Structures V. Fabrication & Installation Of Steel Post Vi. Lighting Fixtures (solar Panel) Vii. Formworks And Falseworks 1. Barangay Camire, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Installation Of Solar Street Light 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 10, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 10, 2025. 5. Barangay Camire, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Camire, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Rossarie Anne Flores Barangay Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Camire, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Camire, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p454,942.80);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 10, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Rossarie Anne Flores Barangay Chairman

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 43.5 Million (USD 744.3 K)
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Of Forty Three Million Five Hundred Ninety Five Thousand Pesos (php43,595,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot)/ib No. 2025-005 (amv). Description Abc Lot 1 ₱1,500,000.00 Lot 2 ₱1,600,000.00 Lot 3 ₱1,650,000.00 Lot 4 ₱1,485,000.00 Lot 5 ₱6,000,000.00 Lot 6 ₱1,250,000.00 Lot 7 ₱4,320,000.00 Lot 8 ₱14,000,000.00 Lot 9 ₱1,890,000.00 Lot 10 ₱4,500,000.00 Lot 11 ₱3,900,000.00 Lot 12 ₱1,500,000.00 Total ₱43,595,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 1 – 10 Units Hand Tractor • Brand New • Axle: Hexagonal Or Circular Plowing Capacity, Single Pass 1.0 Ha/day (minimum) Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirements With Set Of Manufacturer’s Standard Tools Required For Maintenance Shall Conform To Pns/pabes 345:2022, Walking-type Agriculture Tractor (pull-type) • Prime Mover: Brand New 7.0 Hp (minimum), Water-cooled/air/cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • With Implements One (1) Unit Each: Disc Plow (2 Disc), Minimum Comb Harrow Moldboard-type Side Plow Leveler • With Cage Wheel And Brand New Pneumatic Tires • With Trailer One (1) Ton Capacity With Leaf Spring/coil Spring Suspension And Brand New Tires • Additional Requirements:  With Amtec Test Results For Hand Tractor And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 2 – 10 Units Floating Tiller • Brand New Width Of Rotary Tilling Wheel: 1.0 M (min.) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 347:2022, Waking-type Agricultural Tractor- Specifications, Part 3: Float-assisted Tiller With Set Of Manufacturer’s Standard Tools Required For Maintenance • Engine (prime Mover): 9.0 Hp (min.) Air-cooled Gasoline/diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Floating Tiller And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Unit And The Engine Offered Lot 3 4 Units Brand New Rice Thresher With Sifter And Fan Or Shaker 7 Units Brand New Rice Thresher Without Sifter And Fan • Performance/classification: Thrown-in, Axial Flow Type Threshing Cylinder: Type: Open Cylinder Peg Tooth Round/knife Bar Mild Steel Output Capacity: 1 Ton/h (minimum) Shall Conform To Paes 204:2015, Mechanical Rice Thresher With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Thresher And Engine  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 4 – 9 Units Rice Reaper • Brand New • Prime Mover: 2.61 Kw (3.5 Ho), Minimum Gasoline Engine • Field Capacity: 2.0 Ha/day (minimum) • Performance/classification/other Features/accessories: Width Of Cut: 1.0, Minimum Adjustable Cutting Height Transmission System Must Be Directly Coupled To The Engine Gear Transmission With Gear Box Preferably With Safety Features Shall Conform To Paes 212:2015, Rice Reaper • Additional Parts: With Cage Wheel With Brand New Pneumatic Tires (2 Units) • Additional Requirements:  With Complete Basic Tools And Accessories As Indicated In Paes  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  With Amtec Test Result  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Lot 5 – 12 Units Corn Mill • Brand New Compact Type Input Capacity: 100kg/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 251:2021, Corn Mill With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 9 Hp (minimum) Air-cooled/water-cooled Gasoline/diesel Engine Or 3 Hp (minimum) Electric Motor, Single Phase Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Result For Corn Mill And Electric Motor Or Engine And Engine  With Instruction/operations Manual For Both Corn Mill And Enine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 6 – 5 Units Hammer Mill • Brand New • Input Capacity: 100kg/h (minimum) Type: Swinging Type Or Fic Hammer With Set Of Screens • Shall Conform To Paes 216:2004, Hammer Mill • Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • With Complete Basic Tools And Accessories As Indicated In Paes • With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paed 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Hammer Mill And Engine  With Brochure  With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 7 – 16 Units Corn Sheller • Brand New Output Capacity: 2.0 Tons/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 208:2000, Power-operated Corn Sheller With Brand New Pneumatic Tires With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Results For Corn Sheller And Engine  With Brochure  With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 8 – 4 Units Re-circulating Dryer • Brand New • Type: Batch Type, Recirculating Stationary • With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried • Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material • Power Requirements: Single-phase Electrical Connection, Maximum 5kw Rated Power Of All Electric Motors • Holding Capacity: 6 Tons, Minimum • With Provision Of Built-in Moisture Meter • With Provision Of Safety Features • With Pre-cleaner Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor • With Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i Or G.i Sheet • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Shall Conform To Performance Requirement Paes 201:2015, Heated-air Mechanical Grain Dryer • Heating System Requirement: Heating System 1 (petroleum Based Fuel)  Petroleum Based Fuel: Direct-fired  With The Following Components And Accessories - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive Ad Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System Heating System 2 (biomass Fuel)  Biomass Fuel: Indirect-fired  With The Following Components And Accessories: - With Heat Exchanger - Burning Chamber: Made Of Refractory Bricks Or Steel - Automatic Fuel Feeder: Auger/screw Type - Temperature Control - Compatible Electric Motor For The Heating System - Fuel Can Be Rice Hull Or Corn - With Dust Collection System • Accessories: Brand New Moisture Meter (digital Capacitance Type) Ash Box/cart Generator Set - Rated Power: 15kva, Minimum - Voltage Requirement Compatible To The System - Power Supply/generation System Should Be Brand New And Not Refurbished - Provided With Mechanical Transfer Switch (mts) - All Electrical Wires, Accessories, Piping To The Power Generating Unit To The Mts And The Dryer Control Panel/system Shall Be Provided - With Thermal, Insulation And Noise Suppressor - Noise Level; 92 Dba Maximum, If Exceeded Earmuffs Shall Be Provided - With Protection Or Cover Against Rat Entry (as Per Manufacturers Specification) Air Compressor For Cleaning, Heavy Duty At Least 120 Psi, 5m Air Hose One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum Automatic Portable Bag/sack Closer/sewer With Portable, Heavy Duty Weighing Scale, Minimum 150 Kg Weighing Capacity With Collapsible Cover (trapal), Thickness: S200 With Bagging Bin, Capacity Appropriate To The System • Additional Requirements:  With Amtec Test Result (coupled System) (testing Material – Rice Or Corn)  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) For The Prescribed Part Od The Dryer And Generator Set  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) Lot 9 – 7 Unit Multi-cultivator • Brand New • Transmission: Gear Type • Powered By 9 Hp (minimum) Gasoline Engine • With Implements And Accessories: Steel Wheel Steel Blades For Trench Cutting, Row Forming, Ditch Digging • Dry Weight: 165kg (minimum) • Shall Conform For Paes 147:2010, Field Cultivator • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements:  With Amtec Test Result  With Brochure  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas – Amia Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) Lot 10 – 2 Units Village Type Feed Mill • Brand New  Components: A. Fabrication Of One (1) Unit Horizontal Mixer  Mixing Rate: 800 Kg/h (minimum)  Prime Mover: 3hp (min.) Single Phase Electric Motor B. Fabrication Of One (1) Unit Hammer Mill (swinging Type)  Prime Mover: 12hp (min.) Gasoline/diesel Engine, Water-cooled/air-cooled  Capacity: 600 Kg/h (min.) C. Fabrication Of One (1) Unit Micro-mixer  Mixing Rate: 200 Kg/h (min.)  Prime Mover: 2hp (min.), Single Phase, Electric Motor  Made Of Stainless Casing D. Weighing Scale  Capacity: 1000 Kg (min.)  Platform Type E. Sack Sewing Machine  Portable Type  Single Thread Chain Stitch F. With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements:  With Amtec Test Result  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Lot 11 – 13 Units Forage Chopper • Brand New  Input Capacity: 300 Kg/h (minimum)  Length Of Cut: 10mm – 50mm  Discharge Mechanism: Throw-away Type  Feeding Mechanism: Semi-precision Cut  Mobility: With Wheels  Shall Conform To Paes 218:2004, Forage Chopper  With Set Of Manufacturer’s Standard Tools Required For Maintenance  Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover):  Brand New  8 Hp (min.), Water-cooled/air-cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle  Shall Conform To Paes 116:2001, Small Engine • Additional Requirements:  With Amtec Test Result  With Instruction/operations Manual (to Be Submitted Upon Delivery)  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto)  Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 12 – 1 Unit Baler • Brand New  Capacity: 70 Bale/h, Minimum  Bale Shape: Square  Bale Output Dimension (lxwxh) Mm: 750x450x350, Minimum  Source Of Power: Tractor Pto  Tractor Power Required: 40-55hp • Additional Requirements:  With Amtec Test Result  With Brochure  With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery  Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary  With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter)  Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6  Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board.  Must Have A Valid Permit To Operate (pto) Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Attached Drop Off Points. Bidders Should Have Completed, Within Three (3) Years (2021-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount: Lot Cost Of Bidding Documents Lot 1 ₱5,000.00 Lot 2 ₱5,000.00 Lot 3 ₱5,000.00 Lot 4 ₱5,000.00 Lot 5 ₱10,000.00 Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 Lot 8 ₱25,000.00 Lot 9 ₱5,000.00 Lot 10 ₱5,000.00 Lot 11 ₱5,000.00 Lot 12 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 7, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 21, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 1 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 Lot 2 ₱1,600,000.00 ₱32,000.00 ₱80,000.00 Lot 3 ₱1,650,000.00 ₱33,000.00 ₱82,500.00 Lot 4 ₱1,485,000.00 ₱29,700.00 ₱74,250.00 Lot 5 ₱6,000,000.00 ₱120,000.00 ₱300,000.00 Lot 6 ₱1,250,000.00 ₱25,000.00 ₱62,500.00 Lot 7 ₱4,320,000.00 ₱86,400.00 ₱216,000.00 Lot 8 ₱14,000,000.00 ₱280,000.00 ₱700,000.00 Lot 9 ₱1,890,000.00 ₱37,800.00 ₱94,500.00 Lot 10 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 Lot 11 ₱3,900,000.00 ₱78,000.00 ₱195,000.00 Lot 12 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 21, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas 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. The Department Of Agriculture-western Visayas Does Not Condone Any Forms 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. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Naval Air Warfare Center Aircraft Division Lakehurst, Nj Hereby Issues The Subject Solicitation (n6833525r0008) For Refurbishment And Repair Of Four Types Of Am2 Matting Packages: F71, F72, F73, And F78 Which Includes End Frames, Stamping/markings, End Sheets And Locking Bars In Support Of The Expeditionary Airfield Program. The Solicitation Is For A Firm-fixed Price Indefinite Delivery Indefinite Quantity Contract Consisting Of Five (5) Ordering Years. This Procurement Will Be Conducted As A 100% Small Business Set-aside Under North American Industry Classification System (naics) 332312 - Fabricated Structural Metal Manufacturing, With A Size Standard Of 500 Employees, With Award Being Made To The Lowest Price Technically Acceptable Offeror. Therefore, It Is Open To All Small Businesses That Express An Interest And Possess An Approved Dd2345 Militarily Critical Technical Data Agreement. See File Labeled (solicitation N6833525r0008) Uploaded Within The Procurement Integrated Enterprise Environment (piee) (link To Piee Posting Can Be Accessed Via Sam Announcement In The Attachment/links Section Below Along With Directions On How To Use Piee). In Accordance With Page 2, Section A Of (solicitation N6833525r0008), To Receive Full Solicitation Package, Including Exhibit A-c And Attachments 1-8 Noted Within Section J Therein, Which Includes Technical Data Whose Export Is Restricted By The Arms Export Control Act, The Contractor Must Submit A Valid, Current Dd Form 2345 Military Critical Technical Data Agreement To This Office Via Email To Contract Specialist Kelly Gray At Kelly.e.gray13.civ@us.navy.mil. The Dd Form 2345 Must Be On File With The United States/canada Joint Certification Office. For Form 2345 Information, Contact Dlis In Battle Creek, Mi At 800-352-3572 Or Visit On The Web At Http://www.dlis.dla.mil/jcp. This Website Will Provide All Necessary Information Concerning Certification Under The Joint Certification Program. Potential Offerors Must Be Currently Registered In In The System For Award Management (sam). Sam Registration Information Can Be Found At Https://www.sam.gov And Is Mandatory For Consideration. In Accordance With Section L Of (solicitation N6833525r0008), All Volumes Of The Proposal Shall Be Submitted Electronically Through The Solicitation Module Of The Piee At Https://piee.eb.mil, No Later Than 5:30 Pm Est, 6 January 2025. Please Note That It Is Requested That The Past Performance Volume Information Be Submitted 10 Days Prior To The Submission Date Specified In Block 9 Of The Sf 33 Of The Rfp, As Stated Within Section L, On Page 97 Of (solicitation N6833525r0008). See (solicitation N6833525r0008) And All Applicable Exhibits And Attachments For Full Outline Of The Solicitation Requirements.

City Of Lapu lapu Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 3.1 Million (USD 54.1 K)
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of Led Wall ( Indoor & Outdoor) And Accessories The City Of Lapu-lapu Through The Capital Outlay Funds 3322-1-07-05-140-23s3 Intends To Apply The Sum Of Three Million One Hundred Sixty-five Thousand Three Hundred Sixty-six Pesos (₱ 3,165,366.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Led Wall ( Indoor & Outdoor) And Acessories Under P. R No. 24-10-1325. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Dep.ed Item No. Qty. Unit Of Issue Item Description 1. 2 Set Ledwall Indoor 20 Panels Led Screen 500mm X 500mm Cabinet Knight Lamp Smd2121 7680hz Refresh Rate With Hub Board Design. Mask: 125125mm Size. Lamp: Smd2121. Led Module: 250mm*250mm 30pcs Each Right & Left. Flight Case For 500mm * 500mm: 6pcs Cabinets In One Case Color Optional Logo Printing Available. Cabinet 500mm*500mm Size: Color Optional Logo Printing. Receiving Card: . Power Supply: G-energy 5v/40a (200-240v) Power Connector: 1m. Signal Connector: 1m. Led Software: Aluminum Platform Led Wall Riser Adjustable From 2ft To 4ft Height. 2. 2 Set Ledwall Outdoor 20 Panels Led Screen 500mm X 500mm Cabinet Knight Lamp Smd1921 7680hz Refresh Rate With Hub Board Design Mask: 125x125mm Size Flight Case For 500mm X 500mm 8pcs Cabinets In One Case Color Optional Logo Printing Available. Cabinet 500mm*500mm Size Color Optional Logo Printing. Receiving Card Video Processor Led Module : P3.91outdoor 250mm*250mm Led Module : P3.91outdoor 250mm*250mm. With Hanging Ragging Bar. 3. 2 Unit Video Switcher V-8hd V-8hd Channels: 8 Video, 18 Audio Video Format: 1080p/60fps Video Inputs: 8 X Hdmi Video Outputs: 3 X Hdmi Audio Inputs: 1 X Dual Rca Stereo Audio Outputs: 1 X Dual Rca Stereo Headphones: 1 X 1/8" Trs Usb: 1 X Type B (remote), 1 X Type A (memory) Other I/o: 2 X 1/4" Trs (control/expression) Effects: Transition, Composition, Dsk Software: V-8hd System Program Power Source: Ac Adapter (included) 4. 1 Lot Led Wall Peripheral 1. 4 Units Hdmi Extender Hdbaset Extension Technology Using Only One Cat 6 Cable To Connect The Transmitter And Receiver Hdmi (3d, Deep Color, 4kx2k); Hdcp Compatible Supports Resolutions Of Up To Ultra Hd 4kx2k And 1080p Full Hd Long Distance Transmission - Up To 100m 2. 1 Roll Utp Cable Category : 6 Utp Solid Cable. Conductor : Conductor : 23 Awg (solid) Conductor Meta : Conductor Meta : Bare Copper. Insulation Material : Hd-pe. 3. 1 Unit Power Pack 8 In Heavy Duty 4. 1 Roll Royal Cable 2c Size 10 5. 2 Units Hdmi Matrix Switch 4 X 4 4k Connects Any Of 4 Hdmi Sources To Any Of 4 Hdmi Displays Supports 4k Resolutions Up To Uhd (3840 X 2160) And Dci (4096 X 2160) With Refresh Rates Of 30 Hz (4:4:4) And 60 Hz (4:2:0) Signaling Rates Up To 3.4 Gbits For Fl Awless 4k Output Multiple Control Methods ? System Management Via Front-panel Pushbuttons, Ir Remote And Rs-232 Control 6. 10 Pcs. Hdmi Cable 20 Meter High Speed Hdmii Cable (up To 4096 X 2160 W/ Ethernet @60hz) 5. 1 Lot Trusses Fabrication Indoor And Trusses For Outdoor And Bolts For Led Wall 6. 1 Lot Installation (termination, Callibration, Wirring And Miscellaneous) Delivery Period: Thirty(30) Days Upon Receipt Of Purchase Order. Delivery Place: Deped Div. Of Lapu-lapu City. Please Coordinate With Deped Lapu-lapu Upon Delivery Of Said Items. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Termination, Calibration, Wirring And Miscellaneous And Delivery Are Required Within Thirty (30) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. 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). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 16, 2024 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of January 14, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On January 2, 2025 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of January 14, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 14, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 16th Day Of December, 2024 (philgeps’ Posting Date)

UNIVERSIDAD DE MANILA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 234.1 K (USD 4 K)
Details: Description I. Background Per Ordinance No. 8635 Dated April 27, 2020 Of The City Council Of Manila, The Universidad De Manila (udm) Was Granted Its Fiscal Autonomy And Shall Be Treated As An Independent And Institutional Department Of The City Of Manila Wherein The Management Of Fiscal, Human Resources, And All Other Assets Shall Be Within Its Control. The Requested Materials Shall Be Used For The (1) Replacement Of Defective Busted Lights In Various Areas, Classrooms And Offices In The University, And (2) Replacement Of Broken Switches. Also, Med Shall Also Fabricate Extension Cords. Ii. General Conditions 1. All Quotations Must Be Typewritten In The Company’s Letterhead. 2. Philgeps Registration Number, Mayor’s Or Business Permit, Bir Registration (form 2303), Dti/cda/sec Registration, Income Or Business Tax Return, Tax Clearance, And Notarized Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 3. All Quotations Shall Be Considered Fixed Prices And Not Subject To Price Escalation During The Contract Implementation. Iii. Specific Deliverables The Items To Be Supplied And Delivered Shall Have The Following Technical Specifications: Qty. Unit Description 400 Pcs. T8 Led Tube Lights 100 Pcs. Cfl 18w 25 Sets Switch, 1-gang, With Plate 25 Sets Switch, 2-gang, With Plate 20 Pcs. Male Plug 20 Pcs. Convenience Outlet, 2-gang, Surface-type 100 Pcs. Fluorescent Holder 12 Units Track Lights, 100-240v, 5w, 3000k 10 Sets Led Recessed Downlights (opres) 12w 100 Pcs. 7w Led Tube Lights 24 Sets Led Strip Lights (opres) Iv. Institutional Requirement The Bidder Shall Submit A Sample Item Or Photo Of The Item Being Offered Or Evaluation And Approval Purposes Upon Submission Of The Quotation. V. Schedule Of Delivery The Supply And Delivery Of Various Electrical Fixtures Shall Be Within Seven (7) Days From Receipt Of The Notice To Proceed. Vi. Liquidated Damages In Case Of Delay In The Delivery Of Expected Service, The Amount Of The Liquidated Damages Shall Be At Least Equal To The One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Number Of Liquidated Damages Reaches 10% Of The Amount Of Contract, The Udm Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Vii. Warranty 1. The Supplier Shall Replace The Items Which Were Found Defective/substandard To Ensure That All Items Are Free From Production Defects. 2. Warranty Period Shall Be Three (3) Months From The Acceptance Of The Materials. 3. A Warranty Security, In The Item Of Retention Money, Shall Be Withheld Equivalent To 1% Of The Total Contract Price To Cover Warranty. The Said Amount Shall Only Be Released After The Lapse Of The Warranty Period. Viii. Remuneration And Terms Of Payments The Supplier Shall Be Paid Upon Udm’s Issuance Of The Corresponding Certificate Of Acceptance And Receipt Of Statement Of Account, Subject To Deduction Of Applicable Taxes. Ix. Approved Budget For The Contract The Total Approved Budget For The Contract Is P234,190.23

Municipality Of Matag ob, Leyte Tender

Civil And Construction...+1Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 995.5 K (USD 17.1 K)
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Upgrading Of Access Road At Brgy. San Guillermo Location : Brgy. San Guillermo, Matag-ob, Leyte Appropriation : Php 995,535.90 Source Of Fund : 20% Ldf Aip Cy 2025 Description Quantity Unit Other General Requirements Project Billboard/signboard 1.00 L.s. Occupational Safety And Health Program 1.00 Each Mobilization/demobilization 1.00 Each Earthworks Removal Of Actual Structures/obstruction, 0.20m 167.00 Sq. M. Thick Surplus Common Excavation 46.76 Cu. M. Structure Excavation (common Soil) 83.01 Cu. M. Subgrade Preparation (common Soil) 167.00 Sq. M. Sub-base And Base Course Aggregate Sub-base Course, 100mm Thick 2.79 Cu. M. Aggregate Base Course, 100mm Thick 2.73 Cu. M. Surface Courses Gravel Surface Course, 150mm Thick 17.28 Cu. M. Portland Cement Concrete Pavement (unreinforced) 167.00 Sq. M. 0.25m Thick @14days Construction Of Line Canal, Steel Grating And Concrete Cover Reinforcing Steel Bar (grade 40) 803.29 Kg Structural Concrete (20.68 Mpa, Class A @28days) 9.70 Cu. M. Supply, Fabricate And Install Prefab Gratings For 6.00 Ln. M. Canal Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents February 4-12, 2025 2. Pre –bid Conference N/a 3. Opening Of Bids Documents February 13, 2025/ 9:00 Am 4. Bids Evaluation February 13, 2025/ 9:00 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman

City Of San Pedro Tender

Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 239.9 K (USD 4.1 K)
Details: Description The City Government Of San Pedro, Laguna Invites Interested Parties To Quote For The Following Item/s As Per Request Jose L. Amante Emergency Hospital: Quantity Unit Item Description Repair Of Fire Detection And Alrm System Fire Protection Pipe Replacement 6 Pcs B.i. Pipe #4 Schedule 40" 12 Pcs B.i. Pipe #4 Elbow Schedule 40" 2 Set Gate Valve Rubber Bushing 1 Lot Weldong Rod Commercial Type 1 Lot Angle Bar Support - Fabricated 1 Lot Restoration And Minimal Construction 1 Lot General Service Installation (labor) Forms Can Be Obtained From The Bac Secretariat February 1, 2025 From 8:30am To 5:00pm. Deadline For Submission Of Canvass Is On February 5, 2025 Along With The Following Requirements For Accreditation Purposes: 1. Letter Of Intent Addressed To The Bac Chairman Requesting For Accreditation 2. Dti Business Name Registration Or Sec Registration Certificate; 3. Valid And Current Mayor’s Permit/municipal License; 4. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 5. Latest Tax Certificate (executive Order No. 398); 6. Philgeps Certificate Of Registration; 7. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 8. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 9. Latest Income Tax Return With Bir Acknowledgement Receipt 10. Credit Limit Certificate Issued By The Bank 11. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 12. Company Profile The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The Lgu-san Pedro, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Term Of Payment Is Thirty (30) Days Upon Final Acceptance Of Items. Bids Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Only Accredited Suppliers May Secure Official Request For Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Of San Pedro, Laguna. The City Government Of San Pedro, Laguna Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Canvassing Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government.
5111-5120 of 5428 archived Tenders