Fabrication Tenders

Fabrication Tenders

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)

Department Of Tourism Region Xi Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit:  All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth;  Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth  Back Printed High-resolution Tarpaulins  Sintra Boards/ Lighted Build Up  Up Lights And Floodlights  Counters With Storage (number Of Counters To Be Identified)  Additional Storage Area For Safekeeping Of Items.  Column Fabricated Wall-type Design  Décor, Chairs And Tables (dependent On The Design)  Provision Of Sound System  Provision Of Water Dispenser With Daily Supply Water Gallon  Installation And Disassemble Services  Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: This Is A Sources Sought Notice / Request For Information Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items/services Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. requirement: This Notice Is Issued By The U.s. Coast Guard (uscg), Surface Forces Logistics Center (sflc) Long Range Enforcer Product Line (lrepl), Baltimore Md To Identify Sources Capable Of Providing The Following: scope Of Work:the Uscg Anticipates Awarding A Contract For The 418‘maritime Security Cutter Large (wmsl) To Provide The Requirements For The Receipt, Inspection & Condition/test Reports, Refurbishment, Testing, Preservation, Packaging, Packing And Marking Of The Following: description: National Stock Number (nsn): Part Number: propulsion Shaft, Line 2010-01-555-7582 150110-02/kmw 150643a shaft, Stern Tube 2010-01-572-3915 150110-01/kwm 150642a propulsion Shaft, Tail 2010-01-555-5058 150108-01/kwm 150641a anticipated Period Of Performance:the Period Of Performance Is Anticipated To Be One Base Year Plus Four (4) Option Years, Estimated Between Fq3 And Fq4, Fy 2025. anticipated Naics Code/side Standard:the Applicable North American Industrial Classification Code (naics) Is 332999: All Other Miscellaneous Fabricated Metal Product Manufacturing. The Business Size Standard Is 750 Employees. submission Of Information:interested Parties Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail, With Subject Line: Wmsl 418’ Propulsion Shaft, Kiya Plummer-dantzler At Kiya.r.plummer-dantzler@uscg.mil And Richard Rawlings At Richard.n.rawlings@uscg.mil No Later Than The Date Identified Within This Notice With The Following Information/documentation: 1. Name Of Company, Address, And Unique Entity Identification Number (ueid) 2. Point Of Contact, E-mail Address, And Phone Number 3. Business Size And Applicable To The Naics Code A. 8(a) Small Business Concern B. Hubzone Small Business Concern C. Service-disabled Veteran-owned Small Business (sdvosb) Concern D. Veteran-owned Small Business (vosb) Concern E. Economically Disadvantaged Woman-owned Small Business (edwosb) Concern F. Woman-owned Small Business (wosb) Concern G. Small Business Concern H. Large Business Concern 4. Documentation Verifying Small Business Certification 5. Statement: Statement On How You Company Will Complete The Work Items And That Your Company Will Submit A Proposal Asa Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. 6. Past Performance Information: Evidence Of Experience In Work In Similar In Type, Size, Scope, And Complexity To Includecontract Numbers, Project Titles, Dollar Amounts, And Point Of Contacts To Include E-mail Addresses And Telephone Numbers. Iftwo Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement,they Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together Asa Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projectswhere The Two Did Not Work Together May Be Considered Less Relevant. sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Subpart 4.1102(a). Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling The Federal Service Desk (fsd) At 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Deciding On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Currently No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice And Solicitation May Be Published On The Sam.gov Website, Formerly Federal Business Opportunities (fedbizopps). It Is The Potential Offeror's Responsibility To Monitor The Sam.gov Website For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At P-8 Barangay Balila (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Eight Hundred Ninety-five Thousand Seven Hundred Thirty-three Pesos & 44/100 (php 3,895,735.44) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At P-8 Barangay Balila Ib # 2025-01-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 155 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 18, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On Febraury 6, 2025 At 9:00 A.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On February 18, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 31, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2025-01-002 Name Of Project: Constuction/improvement Of Multi-purpose Building At P-8 Barangay Balila Location: Balila, Lantapan, Bukidnon Abc: Php 3,895,733.44 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 803(1)a Structure Excavation, Common Soil Cu.m 63.54 804(1)a Embankment Cu.m 75.02 804(4) Gravel Fill Cu.m 11.98 902(1) Reinforcing Steel (deformed, Grade 40) Kg 2,449.75 900(1) Structural Concrete - Class A, 28 Days Cu.m 34.19 1046(1)c1 Non Loadbearing (including Reinforcement), 100mm Sq.m 163.20 1046(1)c1 Cement Plaster Finish Sq.m 82.56 1047(2) Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 11,822.91 1047(3) Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 1047(4) Metal Structure Accessories (cross Bracing) Pc 16.00 1047(6) Metal Structure Accessories (steel Plates) Pc 30.00 1047(7)b Metal Structure Accessoties (sagrods) Pc 230.00 1047(1)b2 Prepainted Metal Sheet (dura Curve Rib Type, Long Span Sq.m 638.88 1013 Fabricated Metal Accessory (box Type Gutter And Fascia Molding) Ln.m 64.00 Spl-2 Form Works And Scaffolding Bd.ft 1,500.00 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________
Closing Date18 Feb 2025
Tender AmountPHP 3.8 Million (USD 67.3 K)

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: This Is An Amended Sources Sought Notice / Request For Information Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items/services Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. requirement: This Notice Is Issued By The U.s. Coast Guard (uscg), Surface Forces Logistics Center (sflc) Long Range Enforcer Product Line (lrepl), Baltimore Md To Identify Sources Capable Of Providing The Following: scope Of Work: The Uscg Anticipates Awarding A Contract For The 418‘maritime Security Cutter Large (wmsl) To Provide The Requirements For The Receipt, Inspection & Condition/test Reports, Refurbishment, Testing, Preservation, Packaging, Packing And Marking Of The Following: description: National Stock Number (nsn) Part Number: propulsion Shaft, Line 2010-01-555-7582 150110-02/mmw 150643a shaft, Stern Tube 2010-01-572-3915 150110-01/kwm 150642a proplusion Shaft, Tail 2010-01-555-5058 150108-01/kwm 150641a anticipated Period Of Performance: The Period Of Performance Is Anticipated To Be One Base Year Plus Four (4) Option Years, Estimated Between Fq3 And Fq4, Fy 2025. anticipated Naics Code/side Standard: The Applicable North American Industrial Classification Code (naics) Is 332999: All Other Miscellaneous Fabricated Metal Product Manufacturing. The Business Size Standard Is 750 Employees. Product Service Code: J030 - Maintenance, Repair, And Rebuilding Of Equipment - Mechanical Power Transmission Equipment. submission Of Information: Interested Parties Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail, With Subject Line: Wmsl 418’ Propulsion Shaft, Kiya Plummer-dantzler At Kiya.r.plummer-dantzler@uscg.mil And Richard Rawlings At Richard.n.rawlings@uscg.mil No Later Than The Date Identified Within This Notice With The Following Information/documentation: name Of Company, Address, And Unique Entity Identification Number (ueid) point Of Contact, E-mail Address, And Phone Number business Size And Applicable To The Naics Code 8(a) Small Business Concern hubzone Small Business Concern service-disabled Veteran-owned Small Business (sdvosb) Concern veteran-owned Small Business (vosb) Concern economically Disadvantaged Woman-owned Small Business (edwosb) Concern woman-owned Small Business (wosb) Concern small Business Concern large Business Concern documentation Verifying Small Business Certification statement: Statement On How You Company Will Complete The Work Items And That Your Company Will Submit A Proposal As A Prime Contractor If A Solicitation Is Issued As A Result Of This Sources Sought Notice. past Performance Information: Evidence Of Experience In Work In Similar In Type, Size, Scope, And Complexity To Include Contract Numbers, Project Titles, Dollar Amounts, And Point Of Contacts To Include E-mail Addresses And Telephone Numbers. If Two Companies Are Planning To Conduct Business And Submit An Offer As A Joint Venture Or Similar Type Of Teaming Agreement, They Are Requested To Provide Past Performance Information On Projects Of Similar Scope That They Have Performed Together As A Joint Venture, If Available. Providing Individual Past Performance Documentation From Each Company On Separate Projects Where The Two Did Not Work Together May Be Considered Less Relevant sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Subpart 4.1102(a). Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling The Federal Service Desk (fsd) At 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Deciding On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. Currently No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice And Solicitation May Be Published On The Sam.gov Website, Formerly Federal Business Opportunities (fedbizopps). It Is The Potential Offeror's Responsibility To Monitor The Sam.gov Website For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Municipality Of San Andres, Romblon Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid: Construction Of Barangay Hall Matutuna, San Andres, Romblon The Barangay Government Of Matutuna, San Andres, Romblon Through Blgsf Fund 2024 Intends To Apply The Sum Of One Million Nine Hundred Ninety Seven Pesos And Eighty One Centavos (php1,000,997.81) Only Being The Approved Budget For The Contract (abc) To Payments Under The Project: Construction Of Barangay Hall Phase -2 At Barangay Matutuna, San Andres, Romblon. Bids Received In Excess Of Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Government Of Matutuna, San Andres, Romblon, Now Invites Bids For The Project: Construction Of Barangay Hall Phase -2 At Barangay Matutuna, San Andres, Romblon. Completion Of Works Is Required Within 40 Calendar Days After Issuance Of Notice To Proceed (ntp). 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 Is Contained In The Bidding Documents, Particularly, Section Ll Of 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 9ra 9184), Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizen/sole Proprietorship, Or Organization With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Bac Of Municipal Government Of San Andres, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 12:00 Noon And From 1:00 To 5:00pm A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non Refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippines Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Free For The Bidding Document Not Later That The Submission Of Their Bids. The Bac Of Blgu Mari-sur, San Andres, Romblon Will Hold A Pre-bid Conference On January 15, 2025 At 1:00 Pm At The Barangay Hall, Matutuna, San Andres, Romblon, Which Shall Be Open To All Interested Parties. Bids Must Be Delivered To The Address Below On Or Before January 27, 2024 At 9:00am At Barangay Hall, Matutuna, San Andres, Romblon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bids Will Be Opened On January 27, 2025 At 9:00 Am At The Municipal Hall, Matutuna, San Andres, Romblon In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Barangay Government Of Matutuna, San Andres, Romblon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Barangay Government Of Matutuna, San Andres, Romblon, 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 Refer To: Joana G. Eran Head Bac Secretariat Kgd. Jovan J. Ignacio Bac Chairman Bill Of Quantities Item No. Unit Item Description Qty. Unit Cost Total Cost 900(1)c2 Cu. M. Structural Concrete For Column (class A, 28 Days) 3.07 900(1)c5 Cu. M. Structural Concrete For Suspended Slab (class A, 28 Days) 0.45 900(1)c6 Cu. M. Structural Concrete For Beams/girders (class A, 28 Days) 4.07 902(1)a Kgs Reinforcing Steel (deformed) Grade 40 455.99 902(1)b Kgs Reinforcing Steel (deformed) Grade 60 634.03 903(2) Sq.m. Formworks And False Works 46.08 Part B- Finishing 1003(1)a1 Sq.m 4.5mm Fiber Cement Board On Metal Frame Ceiling 59.50 1007(2) L.s Aluminum Framed Glass Doors 1.00 1008(2) L.s Aluminum Glass Window 1.00 1013(2)a2 L.m Fabricated Metal Roofing Accessory (flashings) 33.60 1014(1)b2 Sq.m Prepainted Metal Sheets (rib Type, Long Span, 0.50mm Thk) 68.40 1018(1) Sq.m. Glazed Tiles And Trims 57.96 1027(1) Sq.m Cement Plaster Finish 160.78 1032(1)c Sq.m Painting Works(steel) 92.70 1046(2)a1 Sq.m 100mm Chb Non-load Bearing (including Reinforcing Steel) 80.39 1047(2)a Kgs Structural Steel Trusses 1,582.02 1047(2)b Kgs Structural Steel Purlins 315.12 1051(1) M Railing 42.00 Part C- Electrical Works 1100(10) Lot Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1.00 1101 Lot Wires And Wiring Devices 1.00 1102(1) Lot Panelboard With Main And Branch 1.00 1103(1) Lot Lighting Fixtures 1.00
Closing Date27 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Improvement And Rehabilitation Of Esnchs Gym Esnchs, Brgy. Alang-alang, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Five Million Pesos Only (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-060 Improvement And Rehabilitation Of Esnchs Gym, Esnchs, Brgy. Alang-alang, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (3.78 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No.1047(2)b – Structural Steel Roof Truss (10,301.21 Kg), Item No. 1047(2)c – Strcutral Purlins (3,605.98 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (2,418.58 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (162.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (60.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (18.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (18.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (338.12 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (55.44 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (18.12 M), Item No. 1032(1)c1 – Painting Works (metal Painting) (20.11 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (32.00 M.), Item No. 1038(1) – Reflective Insulation (1,271.12 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (66.19 Cu.m.), Item No. 804(4) – Gravel Bedding (35.59 Cu.m.), Item No. 900 – Structural Concrete (54.89 Cu.m.), Item No. 902(1) – Reinforcing Steel (deformed) (5,824.59 Kg), Item No. 903(1) – Formworks And Falseworks, Completion Of The Works Is Required Within 17 0 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date7 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)

Ormoc City Tender

Civil And Construction...+1Building Construction
Philippines
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 Cb05-________________________ 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. Alegria, 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; Waterline Works; Ceiling (4.5mm Metal Frame Fiber Cement Board); Carpentry And Joinery Works; Rough Hardware; Finishing Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Windows (sliding Type); Aluminum Glass Windows (awning Type); Aluminum Glass Windows (fixed Type); Frames (jambs, Sills, Head, Transoms And Mullions); Doors (flush); Doors (wood Panel); Fabricated Metal Roofing Accessory (gauge 26, 0.551mm, Flashings; Farbricated Metal Roofing Accessory (gauge 24, 0.701mm, 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 4,881,693.84 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); 2-cargo Truck/delivery Truck (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-truck Mounted Crane (20-25 Mtrs.) (owned/leased); 1-plate Compactor (5hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); 1-backhoe W/ Pavement Breaker (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-cb05
Closing Date10 Feb 2025
Tender AmountPHP 4.8 Million (USD 84.1 K)

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: The Defense Logistics Agency-aberdeen, On Behalf Of The Army Integrated Logistics Supply Center (ilsc) – Supply Chain Management Directorate (scmd) – Strategic Sourcing Directorate (ssd), Intends To Acquire Parts To Support The Air Traffic Control (atc) Systems. the United States Army Is Looking For Sources With The Ability To Provide Repair Services For Existing Atc (air Traffic Control) Components. The Government Does Possess Most Of The Technical Data For The Items Specified But There May Be Some Gaps In The Technical Data For Some Items. Suppliers Who Can Repair One Or More Components May Request Information From The Technical Poc To Discuss Technical Data Availability. the Following Is The Army’s Estimated Forecasts* For Initial Production: niin nomenclature quantity 016537858 meteorological Meas 12 016752048 air Conditioner 1 016600959 circuit Card Assemb 18 016754790 computer, Digital 9 015754260 converter, Signal Da 4 016444946 control, Radio Set 7 015769745 meteorological Meas 3 016244533 cable Assembly, Spec 10 015892096 battery Box 1 016610110 base, Chassis 1 *quantities Listed Are Estimations And Not A Guarantee. Final Quantities Will Be Determined At Time Of Solicitation. suppliers Who Are Capable Of Repairing These Items Should Contact The Government Before February 14, 2025. Submissions Can Be Sent To Noel.m.acevero.civ@army.mil. responses Must Include A List Of Items The Supplier Can Repair As Well As Documentation That The Supplier Can Provide The Army With A Physically And Functionally Repaired Component From The List Above. Examples Of Such Documentation Can Be Testing Results, Copy Of Purchase Orders If The Supplier Was A Vendor To The Listed Source, Or A Statement From Listed Source Demonstrating That The Supplier Can Provide The Army A Solution. For More Information Contact Noel M. Acevero At Noel.m.acevero.civ@army.mil. the Government Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey. Therefore, Any Cost Associated With The Market Survey Submission Is Solely At The Interested Vendor's Expense. requirements Description: the Requirement Is For Inspection, Test And Maintenance Of All Components Listed Below. All Components Listed Below Are Part Of Air Traffic Control (atc) Systems. Items Require Inspection, Test And Repair May Be In Varying States Of Refurbishment. the Government Does Possess The Technical Data Package (tdp) For The Parts. The Tdp Is Available For Release. The Tdp Includes Level 2. Developmental Information. The Tdp’s Were Screened For Correctness And For Proper Distribution Statement. The Tdp’s Are Available For Full And Open Competition. the Following Additional Naics Apply: items And/or Services To Be Procured: nsn: 6660-01-653-7858 nomenclature: Meteorological Meas part Number: 102760 cage: 7njg1 nsn: 4120-01-675-2048 nomenclature: Air Conditioner part Number: Ac368-30 cage: 7njg1 nsn: 5998-01-660-0959 nomenclature: Circuit Card Assemb part Number: 5402650-001 cage: nsn: 7020-01-675-4790 nomenclature: Computer,digital part Number: cage: 1elf0 nsn: 5895-01-575-4260 nomenclature: Converter,signal Da part Number: 101-000310 cage: nsn: 5820-01-644-4946 nomenclature: Control,radio Set part Number: 1045858 cage: 7njg1 nsn: 6660-01-576-9745 nomenclature: Meteorological Meas part Number: 102304-a1h4j32s1p1 cage: 0yuu1 nsn: 5995-01-624-4533 nomenclature: Cable Assembly,spec part Number: 209-000317 cage: nsn: 6160-01-589-2096 nomenclature: Battery Box part Number: Mrc-83 cage: 7njg1 nsn: 5975-01-661-0110 nomenclature: Server, Base,chassis part Number: 576-0001-f10-04 cage: 7njg1 requested Response Information: we Request That Sources Who Can Supply The Listed Parts Or Services To Submit Information To Show Past Repair Performance Or Purchases. At A Minimum The Support Information You Submit Should Include Document Of Repairs, Purchases Or Fabrications Of Listed Equipment. Sources Can Also Include Drawings, Test Results, Information On Previous Government And Commercial Contracts, Data Rights, Etc. in Your Response, Please Include Your Company Name, Cage Code, And A Technical Point Of Contract With Email Address And Telephone Number. notice, Response Due Date, And Points Of Contact: this Is Not A Request For Quote Or Proposal. The Government Does Not Intend To Award A Contract On The Basis Of This Ssa Or Reimburse Any Costs Associated With The Preparation Of Responses To This Ssa. This Sources Sought Announcement (ssa) Is For Planning And Market Research Purposes Only And Shall Not Be Construed As A Commitment By The Government. The Information Gathered From This Announcement Will Be Used To Determine If Responsible Sources Exist, And To Assist In Determining If This Effort Can Be Competitive And/or Set Aside For Small Business. Furthermore, The Government Will Use The Information, In Part, To Determine The Best Acquisition Strategy For A Potential Procurement Action And/or To Assist In Making Acquisition Strategy Decisions In The Future. all Ssa Responses Should Be Emailed To The Points Of Contact At The Email Addresses Listed Below. No Phone Inquiries Will Be Accepted, Either As A Response To This Action Or For Information Requests. All Requests For Information Must Be Submitted Via Email To The Technical Point Of Contact And The Dla Aberdeen Small Business Office. please Submit Responses By 2/14/2025 technical Point Of Contact: Noel.m.acevero.civ@army.mil secondary Point Of Contact: Wesley.t.sparks.ctr@army.mil dla Aberdeen Small Business: Smbizlandcols@dla.mil
Closing Date14 Feb 2025
Tender AmountRefer Documents 

City Of Pagadian Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Construction Of Soil Laboratory Building Item Description Unit Qty. Unit Cost Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 1.00 Part Ii Civil Works Part A Earthworks 803(1)c Structure Excavation (hard Rock)- (septic Tank & Catch Basin) M3 24.95 804(4)a1 Gravel Bedding- (septic Tank & Catch Basin) M3 1.03 804(4) Gravel Bedding M3 11.74 Part B Plain & Reinforced Concrete Works 900(1)c2 Structural Concrete For Slab On Fill (class A, 28 Days) M3 11.74 900(1)c2a1 Structural Concrete For Footing And Slab On Fill (class A, 28 Days)- (septic Tank & Catch Basin) M3 3.25 902(1)a Reinforcing Steel Of Reinforced Concrete Structures Kg 414.40 902(1)a Reinforcing Steel Of Reinforced Concrete Structures- (septic Tank & Catch Basin) Kg 184.56 903(1) Formworks And Falseworks (for One-storey Building) M2 127.65 Part C Finishings And Other Civil Works C.1 Masonry Works 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 13.50 1046(2)a3 150mm Chb Non-load Bearing (including Reinforcing Steel)- (septic Tank & Catch Basin) M2 40.60 1027(1) Cement Plaster Finish M2 108.20 1016(1)a Cement Based Waterproofing M2 5.40 C.2 Finishing Works 1018(1) Glazed Tiles And Trims M2 208.50 1018(2) Unglazed Tiles M2 19.50 C.3 Fabricated Materiasls 1007(1)b Aluminum Framed Glass Door (swing Type) M2 3.36 1008(1)b Aluminum Glass Window (casement Type) M2 8.64 1008(1)c Aluminum Glass Window (awning Type) M2 0.89 1008(1)d Aluminum Glass Window (fixed Type) M2 44.77 1010(2)b Wooden Panel Door M2 34.02 1010(2)c Wooden Door (glass Panel) M2 5.67 1043(1) Pvc Doors And Frames M2 3.36 Spl Welding Works L.s 1.00 C.4 Painting Works 1032(1)a Painting Works (masonry Painting) M2 828.92 1032(1)b Painting Works (ceiling Painting) M2 220.00 1032(1)c Painting Works (metal Painting) M2 32.40 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-02-04 Name Of Contract: Construction Of Soil Laboratory Building At Danlugan (phase 2) Brgy. Danlugan , Pagadian City 2saip24-8000rf-2a8 Approved Budget For The Contract -p 1,953,972.96 Completion Of Work -90 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid February 17, 2025 To February 24, 2025 2-issuance And Availability Of Bidding Documents February 17, 2025 To March 03, 2025 3-pre-bid Conference February 19, 2025 4- Submission And Receipt Of Bids /bid Opening March 03, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 2,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: February 17, 2025 To February 24, 2025
Closing Date24 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.7 K)
5271-5280 of 5417 archived Tenders