Fencing Tenders

Fencing Tenders

Department Of Agriculture Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 With Project Identification Number Da Rfo-1-2025-infra-001-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Details And Specifications Project Site/location: Brgy. Calunetan, Sison, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Lot Iii. Safety And Health 1.00 Lot Iv. Earthworks 37.00 Cu.m. V. Rsb Works 1,163.00 Kgs. Vi. Form Works And Scaffoldings 600.00 Bd.ft. Vii. Concrete Works (class A) 30.00 Cu.m. Viii. Masonry Works (including Plastering) 28.00 Sq.m. Ix. Steel Works 1.00 Lot X. Tinsmithry Works 186.00 Sq.m. Xi. Painting Works 1.00 Lot Xii. Electrical Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 13, 2024 To January 7, 2025 From The Address Given And Websites 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 Php1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 20 December 2024, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 07 January 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 07 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: E.1. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or E.2. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ December 12, 2024 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-001-r
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m. the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 cultural Landscape Report 1 jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital. the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance. in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025. place Of Performance/place Of Delivery address: 2250 Leestown Road, Lexington, Ky postal Code: 40511 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable: subparagraph (b)(18)(i) subparagraph (b)(18)(ii) subparagraph (b)(25) subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: previous Work Performance Ratings price the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact nathan Hutchison Contract Specialist (615) 867-6000 Ext 28147 nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m. the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 cultural Landscape Report 1 jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital. the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance. in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025. place Of Performance/place Of Delivery address: 2250 Leestown Road, Lexington, Ky postal Code: 40511 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable: subparagraph (b)(18)(i) subparagraph (b)(18)(ii) subparagraph (b)(25) subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: previous Work Performance Ratings price the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact nathan Hutchison Contract Specialist (615) 867-6000 Ext 28147 nathan.hutchison@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Nine Hundred Twenty-nine Thousand Six Hundred Ninety-one Pesos And Five Centavos (php6,929,691.05) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. San Marcelino, Dingras, Ilocos Norte Project Description: Installation Of Spis With A Minimum Pump Discharge Of 1,200 Cu.m./day And Solar Led Flood Light, Construction Of Slope Protection With Pump Sump, Control Room, Water Storage Support And Perimeter Fence With Project Marker. Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s. Iv. Clearing And Grubbing 600.00 Sq.m. V. Earthworks 258.85 Cu.m. Vi. Rsb Works 1,950.42 Kgs. Vii. Form Works 232.38 Sq.m. Viii. Concrete Works 36.85 Cu.m. Ix. Pv Module And Mounting & Solar Flood Light 30,800.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 1.00 Lot Xv. Masonry And Painting 43.10 Sq.m. Xvi. Dewatering Works 1.00 Lot Xvii. Doors & Windows 2.29 Sq.m. Xviii. Stone Masonry Works 337.63 Cu.m. Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 12 Unskilled Workers • 2 Equipment Operators Minimum Equipment Required: • 1 Backhoe, 0.75 Cu. • 1 Concrete Mixer, One Bagger • 1 Dump Truck • 1 Hdpe Butt Fusion Machine Completion Of The Works Is Within One Hundred Thirty (130) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 04 February 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-014
Closing Date4 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build, p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia. all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. general Work Requirements: the Project Will Be Prepared In One Package, Under One Contract. p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building. the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes. functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches. in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Anticipated Award Of This Contract Is September 2025. the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000. if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code. 2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern. 3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity. 4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered. for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As: size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater. scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building. complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below: fire Protection Systems hvac Systems cross-laminated Timber (clt) Construction civil Work telecommunications structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils) hazardous Material Abatement And Disposal note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements. note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period. for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity. in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered. questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil ­­­­­­­­­­­­­­­­­­­­­____________________________________________________________________ notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names) notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description. please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025. this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Monastery Nad Ohri Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)

City Of Valencia Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 48-2024 12/14/2024 Invitation To Bid For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Seven Hundred Seventy-three Thousand Two Hundred Four Pesos And 84/100 (php 4,773,204.84) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Canopy And Other Structures, City Health Office Php4,773,204.84 ● Construction Of Walkway Canopy ● Renovation Of Porte Cochery Roof ● Construction Of Waiting Area With Drinking Fountain And Handwashing Area ● Fabrication And Installation Of Mrf ● Construction Of Perimeter Fence ● Removal And Replacement Of Tb Dots Polycarbonate Roof Sheets ● Removal And Replacement Of Concrete Pavement Leading To Tb Dots ● Construction Of Parking Area And Outdoor Kitchen Scope Of Works: A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, G.) Demolition Of Kitchen, Pavement To Tb Dots And Porte Cochery Roof; Structure Excavation For Concrete Structures Such As Footings And Wall Footingh.) Gravel Fill For Footings, Wall Footing And Floors, I.) Construction Of Reinforced Concrete Structures Such As Footing, Pedestals, Wall Footing, Lavatory, Canal And Floors, J.) Fabrication And Installation Of Formworks And Falseworks, K.) Embankment From Structure Excavation, L.) Fabrication And Installation Of Steel Structures Roof Framings Such As Rafter, Girt, Anchor Bolt, Baseplate, Fascia Frame, Purlins, M.) Installation Of Pre-painted Metal Sheets And Fabricated Metal Accessories Such As Flashings And Gutter, Polycarbonate Roof, Acp, Pvc Ceiling, O.) Installation Of Metal Frames And Fiber Board On Fascia Board (fiber Cement Board), P.) Painting Works On All Steel And Concrete Structures, Q.)installation Of Plumbing Fixtures, Gratings, Barb Wire, Plumbing Works (including Handwashing Sink And Drinking Fountain), Storm Drainage And Downspout, R.) Installation Of Electrical Works, S.) Purchase & Installation Of Industrial Fan, Complete As Per Approved Pow, Plans, And Specifications. Part I General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works See Attached Plan And Specifications Part A Earthwork 801 (1) 1.00 L.s. Removal Of Structures And Obstruction 803 (1) A 168.74 Cu.m. Structure Excavation (common Soil) 804 (1) A 53.44 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 31.66 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 49.17 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 3,212.35 Kg. Reinforcing Steel (deformed, Grade 40) 903 (2) 101.12 Sq.m. Formworks And Falseworks Part C Finishings And Other Civil Works C.2 Masonry Works 1046 (2) A1 209.24 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.3 Fabricated Materials 1007 (1) B 5.25 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) A 44.52 Sq.m. Aluminum Glass Windows (sliding Type) 1008 (1) C 10.40 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 5.19 Sq.m. Aluminum Glass Windows (fixed Type) C.4 Finishing Works 1003(1)a1 147.40 Sq.m. Ceiling (6mm Marine Plywood On Metal Frame) 1003(1)a2 17.98 Sq.m. Ceiling (pvc Panel Board On Metal Frame) 1003(2)1 1.00 L.s. Parapet Wall (aluminum Composite Panel On Aluminum Frame) 1003 (11) A1 39.90 M. Fascia Board (fiber Cement Board) 1018 (1) 172.91 Sq.m. Glazed Tiles And Trims 1027 (1) 316.44 Sq.m. Cement Plaster Finish C.5 Painting Works 1032 (1) A 525.04 Sq.m. Painting Works (masonry) 1032 (1) C 572.85 Sq.m. Painting Works (steel) C.6 Roof Framing And Roofing Works 1013 (2) A2 50.10 L.m. Fabricated Metal Roofing Accessory (gauge 26) - Flashings 1013 (2) B1 25.00 L.m. Fabricated Metal Roofing Accessory (gauge 24) - Gutters 1014 (1) B2 548.64 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) See Attached Plan And Specifications 1036(1) A 70.56 Sq.m. Polycarbonate (sheets) 1047 (1) 6,302.64 Kgs Structural Steel 1047 (2) B 2,348.63 Kg. Structural Steel (purlins) 1047 (3) C 28.00 Ea. Metal Structure Accessories (turnbuckle) - 12mm Ø 1047 (4) 157.35 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 356.77 Kg. Metal Structure Accessories (steel Plates) 1047 (7) A 96.36 Kg. Metal Structure Accessories (bolts) 1047 (7) B 16.19 Kg. Metal Structure Accessories (sagrods) - 10mmø 503(1) 17.00 Sets Metal Frames And Grating C.7 Plumbing Works 1001 (5) B 4.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1002 (4) 1.00 L.s. Plumbing Fixtures (including Drinking Fountain And Handwashing Area) 1002 (24) 1.00 L.s. Cold Water Lines Part D Electrical Works 1100 1.00 L.s Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1200 (3) 1.00 L.s Stand Fan, Industrial Type 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (1) 1.00 L.s. Panelboard With Main & Branch Breakers 1103 (1) 1.00 L.s. Lighting Fixture And Lamps Php4,773,204.84 Required Number Of Days For Completion Is 195 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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 Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 15, 2024 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On December 20, 2024 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On December 23, 2024 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 4.7 Million (USD 82.2 K)

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee Bid No.: Itb-25-028 Date.: 23.jan.2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand "unit Price" Total Lot No. I Aggregates 1 30 Cu.m. Sand, Washed Mixing/screened 2 30 Cu.m. Gravel, Mixing Crushed Screened & Washed Max. Size: 25mm Dia 3 20 Cu.m. Boulders, (150mm Dia - 200mm Dia) Lot No. Ii Commercial Lumber 4 30 Piece Lumber, 50mm X 100mm X 4.2m 5 40 Piece Commercial Lumber, 50mm X 150mm X 4.2m 6 50 Piece Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 50mm X 3.0m Lot No. Iii Carpentry Tools And Supplies 7 2 Box Blind Rivets, 4.5mm Dia X 19mm (1000pcs/bx) 8 13 Pack Tex Screw, # 12 X 50mm (100pcs/pk) 9 750 Kilo Tie Wire, # 16 10 90 Kilo Tie Wire, #18 11 5 Sheet Plywood, Marine, 18mm X 1.2m X 2.4m, Type I, Grade A/a 12 10 Sheet Plywood, Marine 12mm X 1.2m X 2.4m 13 20 Piece Plywood , Marine ,1/4 " 14 5 Box "nails, Common Wire, 100mm (4"") (25kgs/box)" 15 5 Box Nails, Common Wire 75mm (25kgs/bx) 16 50 Piece Nails, Umbrella/roofing 62mm(2-1/2") 17 15 Can Sealant, Elastomeric/roof (1 Liter/can) 18 10 Set Door Knob, Chrome Polished 19 50 Piece Sand Paper, #120, 225mm X 275mm 20 50 Piece Sand Paper, #1000, 225mm X 275mm 21 20 Piece Sand Paper, #180, 225mm X 275mm Lot No. Iv Cement And Additives 22 260 Bag Cement, Portland (40kgs/bag), Type 1 Lot No. V Electrical Supplies And Materials 23 10 Roll Electrical Tape, 3/4" X 18m 24 20 Piece Ceiling Receptacle, No. 4"; With Screw 25 1 Roll Flexible Hose/pipe, Pvc Electrical 1/2" Dia(150m/roll) 26 1 Roll Flexible Hose/pipe, Pvc Electrical 3/4" Dia (150m/roll) 27 20 Piece Led Bulb, 25w 28 10 Piece Switch, Surface Type, Light, One Gang 29 5 Piece Utility Box, 50mm X 100mm (2" X 4") Pvc Poly Surface Type 30 5 Set Junction Box, 100mm X 100mm W/ Cover & Screw Octagonal Lot No. Vi Fence And Restraints 31 2 Roll Sack Cloth, 3.0m Width (100m/roll) 32 8 Roll Cyclone Wire, 1.2mm X 10m (roll) 50mm X 50mm Eye 3.10mm 33 20 Kilo Gabion Wire, 2.2mm Dia Zinc Coated 34 10 Set Gabion Box, Heavy Galvanized, Cage Size: 2m X 1m X 1m, Gabion Wire: 2.2mm Ø, Body Wire: 2.7mm, Selvedge Wire: 3.4mm Wire 35 10 Roll Barbed Wire, 150m/roll (30kgs/roll) 36 20 Kilo Nylon, # 100 Lot No. Vii Paints, Tools And Supplies 37 15 Gallon Concrete Neutralizer (gal), 38 45 Gallon Latex Paint, Gloss White (gal)) 39 50 Gallon Latex Paint, Flat White 40 18 Gallon Latex Paint (gal), Flat Brown 41 5 Gallon Latex Paint (gal), Sunshine Yellow 42 50 Gallon Paint Primer, Metal Red Oxide (gal) 43 20 Can Paint Thinner, 3.75 Liter/can 44 2 Gallon Enamel Paint, Flatwall, Black (gal) 45 25 Gallon Enamel Paint, Flatwall, White 46 30 Gallon Enamel Paint, Quick Dry White (gal) 47 25 Gallon Enamel Paint, Quick Dry (gal) Brown 48 45 Gallon Reducer/thinner, Epoxy Paint (gal) 49 30 Piece Paint Roller W/ Handle, 175mm 50 30 Piece Paint Roller With Handle, 100mm 51 20 Piece Paint Tray, Plastic 52 3 Gallon Adcoat Rust Converter And Primer, Adcoat Rust Converter And Primer 53 20 Piece Paint Brush, 100mm (4"), Hair Type 54 20 Piece Paint Brush, 50mm (2") Hair Type 55 20 Piece Paint Brush, 3", Pure White Bristle 56 8 Gallon Spot Putty (gal), 57 8 Gallon Body Filler W/ Hardener (gal), 58 5 Liter Enamel Paint (lit), Black 59 5 Liter Enamel Paint (lit), Red 60 5 Liter Enamel Paint (lit), Blue 61 5 Liter Enamel Paint (lit), Yellow 62 5 Liter Enamel Paint (lit), Green Lot No. Viii Plumbing Supplies 63 1 Roll Hdpe Pipe, Outside Dia: 32mm Ø,sdr 11, Iso (100m/roll) 64 1 Roll Hdpe Hose Pipe, 50mm (60m/roll)) 65 1 Roll Hdpe Hose Pipe, 40mm Outside Dia (60m/roll) 66 5 Length Gi Pipe, (1/2") 13mm Dia X 6mm T-2.8mm Heavy Gauge 67 5 Length Gi Pipe, 32mm Dia X 6m Sched 40 Wt=3.60mm Outside Dia= 42.20 3.427kg/m Heavy Gauge) 68 5 Length Gi Pipe, 25 Mm Dia X 6m, Sched 40 69 3 Length Gi Pipe, 50mm Dia X 6m (t=2.6mm) Sched. 40 Ls2 Lite Gauge 70 3 Length Gi Pipe, 63mm Dia X 6m Sched. 40 T=3.2mm Light Gauge 71 5 Piece G.i. Tee, 50mm Dia, Sched. 40, Good Quality 72 5 Length Gi Pipe, 100mm Dia X 6m Sched 40 Wt=4.0mm Outside Dia= 114.3 10.880kg/m Light Gauge 73 5 Piece Gi Union, 50mm Dia Sched. 40 74 10 Piece Elbow, G.i., 50mm Dia X 90 Deg. Bend, Sched. 40, Good Quality 75 5 Piece End Cap, G.i., Threaded, Female, 50mm Dia Nom. Size, Sched. 40 76 5 Piece Pvc Elbow, 82.55mm Inside Dia X 90 Deg Bend Orange Lot No. Ix Steelwork Supplies And Devices 77 20 Length Deformed Steel Bar, 16mm Ø X 6m, Grade 40 78 20 Length Deformed Steel Bar, 12mm X 6m, Grade 275 79 50 Length Deformed Steel Bar, 10mm Dia X 6m, Grade 275 80 50 Length Deformed Steel Bar, 8mm Dia X 6m 2.2kgs. 81 50 Length Square Bar, 12mm X 6m 82 50 Length Square Bar, 10mm X 6m 83 20 Box Welding Rod/electrode, 3mm(1/8") Dia E6013 (2kg/bx) 84 5 Length Round Bar, Plain 12mm X 6.0m 85 5 Length Round Bar, Plain 10mm X 6.0m 86 60 Piece Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 87 40 Piece Blade, Hacksaw, 21 Tpi 88 30 Length Gi Rectangular Tube, Thk=1.5mm 25mm X 50mm X 6m 89 18 Length Gi Rectangular Tube, Thk=2.5mm X 50mm X 50mm X 6m 90 2 Sheet Steel Plate, 4.5mm X 1.2mx 2.4m 91 2 Box Welding Rod/electrode, 3.2mm E7018(20kgs/bx) 92 1 Piece Welding Rod/electrode, Ferro-nickel Cast Iron, 3.2 Mm (1 Kg) 93 70 Length Gi Square Tube, Thk=2.0mm X 25mm X 25mm X 6m 94 26 Sheet Corrugated Sheet, G.i. 0.27mm X 3.60m 95 22 Piece Gutter, Spanish 0.40mm X 0.305mm X 2.44m Pre-painted Color: Beige 96 30 Length C-purlins, 2mm X 10mm X 100mm X 6.0m 97 10 Sheet Gi Plain Sheet, 0.40mm X 0.9m X 2.4m 98 26 Sheet Corrugated Sheet, G.i. 0.27mm X 3.0m) 99 100 Piece Cutting Disc, 100mm Dia, For Metal *** Nothing Follows *** Grand Total: Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Sstated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. Name Of Business/company Address/contact Number Signature Over Printed Name Evaluation: Bids And Awards Committee Virginia D. Sadiasa, Chairman Corazon P. Lirazan, Member Saturnino T. Dayanan, Vice Chairman Nefredo Camilo A. Villarubia, Member Wilfredo C. Tuale, Member Ernest N. Dinoipol, Member
Closing Date13 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.6 K)

Municipality of Trebichovice Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: So 100 Roads and Paved Areas The Construction of the New Sidewalk Will Follow the Route of the Existing Road Ditches and Respect the Direction of the Existing Road Ii/118. At the Beginning of the Sidewalk, a Staircase Made of Concrete Edgings Is Designed to Equalize the Height Difference and Connect to the Existing Pedestrian Routes in Front of Building No. 153. The Total Length of the Sidewalk Route Is 157.75 M. The Sidewalk Is Designed with a Minimum Width of 1.5 MV Along the Entire Length of the Route. The Basic Transverse Slope Is Designed with a Value of 2%. At the Interface of the Existing Road and the Newly Proposed Sidewalk, a Edging of Dimensions 150/250 Mm Will Be Installed into a Concrete Bed with a Support. To separate the sidewalk from the green areas, a curb measuring 80/250 mm with a 6 cm step from the sidewalk level will be used. To separate the roadway and the paved entrance area, a concrete curb measuring 150/150 mm with a 2–5 cm step is proposed. The existing ditch along the sidewalk route will be filled in. The ditch will end with a mountain drain, which will be connected to the slope by a connection under the road. At approximately the 0.082 km mark of the sidewalk, a street drain is proposed, which will similarly be connected to the slope on the opposite side of the road by a connection under the road. The outlet of the connections will be concreted. So 400 Public Lighting A total of 3 poles are designed with a spacing of 32.6 - 72.6 m. The connection of the new system will be solved by a new fuse box located on the pole at the object No. 153. The new cable line Vo in a length of approximately 100 m will be laid in an excavation trench, which will be led along the proposed border at the interface of the sidewalk and the green. Terrain Adjustments After the implementation of the sidewalk and Vo, the surrounding terrain will be leveled to the existing fencing of private land. After the terrain is leveled, a humus layer will be added and the areas will be sown with grass seed. The subject of the work is also to ensure Dio. The Subject of the Work Does Not Include Moving the Entrance Gate to a New Position and Moving the Fence to the Cadastral Border (to be Provided by the Owner of the Fence Before Commencement of the Work).
Closing Date17 Feb 2025
Tender AmountCZK 1.6 Million (USD 66.8 K)

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: ********************* the Closing Date Has Been Extended Until 12:00pm On Wednesday, February 19th, 2025 Since The Original Closing Date Is A Federal Holiday. ******************** combined Synopsis/solicitation non-personal Landscape Services For Weather Forecast Office (wfo) In Charleston, Sc the Incumbent Is Yellowstone Landscape – Southeast, Llc (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0064. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025). (iv) This Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) This Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services: clin 0001 – Base Year services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 1001 – Option Year 1 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 2001 – Option Year 2 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/28/2028. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 3001 – Option Year 3 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 4001 – Option Year 4 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ aggregate Total For All Years: ____________________________ (vi) Description Of Requirements Is As Follows: see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations invoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead. (vii) Date(s) And Place(s) Of Delivery And Acceptance: period Of Performance Shall Be: base Year For A Twelve Month Period 03/01/2025 Through 2/28/2026. option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027. option Period 2 For A Twelve Month Period 03/01/2027 Through 02/28/2028. option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. place Of Performance Is Nws Wfo, 5777 South Aviation Avenue, Charleston, Sc 29406-6162. (viii)far Provision 52.212-1, Instructions Toofferors-commercial Productsandcommercial Services (sept 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (ix)far Provision 52.212-2, Evaluation-commercial Productsandcommercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (x)far Provision 52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advisedto Include A Completed Copy Of The Provision With Itsoffer. (xi)far Clause At52.212-4, Contract Terms And Conditions-commercial Productsandcommercial Services (nov 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (xii)far Clause At52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Productsandcommercial Services (jan 2025), Applies To Thisacquisitionand Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii)any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply. (xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Monday, February 17, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. (xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Thursday, February 13, 2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) 52.237-1 Site Visit (apr 1984) offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Brian Haines, Brian.haines@noaa.gov, Phone: 771-215-9296 Or Arthur Patrick, Arthur.patrick@noaa.gov, Phone: 703-966-2529 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@noaa.gov. far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023) notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror. 1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation.quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Kirsten.keen@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability. 4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered. 1. Technical Acceptability/capability. 2. Price the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; technical Acceptability/capability. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating. price. the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) statement Of Work performance Based Service Contract—landscape Maintenance this Is A Work Statement For A Performance-based Service. This Means That The Government Has Described What Is To Be Accomplished, Not How To Accomplish It, And States A Basis For Determining Whether Finished Work Meets The Government Quality Requirements. It Does Not State Detailed Procedures For Accomplishing The Requirement Unless There Are Safety, Security Or Communication Requirements. it Is The Responsibility Of The Contractor To Ensure That They Build Into Their Bid/proposal Price The Necessary Hours That It Will Take To Meet The Performance Standards Specified. the Contractor Will Be Required To Maintain A Quality Control Program To Ensure That The Requirements Of This Contract Are Met. This Program Shall Be Created For Identifying And Correcting Deficiencies In The Quality Of Services Before Performance Becomes Unacceptable. scope Of Work place Of Performance Will Be As Follows: National Weather Service Forecast Office, 5777 S. Aviation Ave, Charleston, Sc. 29406. The Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Walks, And Other Paved Surfaces. all Work Performed Under This Contract Is Required To Meet The Quality And Performance Standards As Identified. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Perform Landscape Maintenance On A Weekly Basis From March 1 Through October 31 And Once A Month (or More Often If Needed) From November 1 Through February 28. Work Shall Be In A Manner That Will Maintain Healthy Grass, Shrubs, And Plants, And Present A Neat And Professional Appearance. if Services Cannot Be Performed Due To Inclement Weather, The Contractor Shall Perform Any And All Scheduled Services The Next Duty Day With No Degradation To Existing Scheduled Services. supplies, Materials, Equipment And Utilities government Furnished: electrical Power Shall Be Provided At Existing Exterior Receptacles For The Contractor To Operate Their Equipment, As Necessary, In The Performance Of This Contract. contractor Furnished: the Contractor Shall Furnish All Supplies, Materials, And Employee Training Necessary To Achieve The Quality Performance Standards Of The Work In This Contract, Unless Otherwise Specified Herein. training Shall Include All Applicable Osha And Other Related Standards. The Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Materials Used Under This Contract Containing “dangerous” Or “warning” Labels To The Technical Point Of Contact (tpoc) Within 10 Days After Contract Award Date. the Contractor Shall Furnish All Equipment Necessary To Accomplish The Work Under This Contract. All Equipment Must Meet All Applicable Osha Standards. The Contractor Shall Not Use Any Unsafe Equipment Or Any Equipment In Need Of Repair. .3. Contractor Personnel within Five Days Of The Contract Start Date, The Contractor Shall Submit, In Writing, The Name Of The Site Manager. The Contractor Shall Supply Telephone, Cell Phone, And/or Pager Numbers To The Tpoc For Use In Contacting The Site Manager. The Site Manager Shall Conduct Overall Management Coordination And Shall Be The Central Point Of Contact With The Government For Performance Of All Work Under This Contract. The Site Manager Shall Be Authorized To Receive Any Notices Of Deficiency In Contract Performance. The Notices May Include, But Not Be Limited To, The Following: Non-performance Of Work, Deficiencies In Work Performed And Notices Of Proposed Payment Withholding Until Deficiencies Are Corrected Due To The Above. The Site Manager Shall Be Available Weekdays, Between The Hours Of 8:00 A.m. And 3:00 P.m., Within 30 Minutes To Meet At The Facility To Discuss Problem Areas. all Personnel Employed By The Contractor Shall Be Experienced In The Type Of Work Involved And Familiar With The Specifications Of This Contract. the Contractor Is Required To Provide Necessary And On-going Tenant Relations Or Customer Service Training For Their Employees. contractor Personnel Shall Conduct All Operations In Such A Manner As To Minimize Any Inconvenience In The Use Of The Facilities To The Occupants. scheduling Work And Reporting Requirements within Five Work Days Of The Contract Starting Date, And Annually Thereafter For Renewal Periods, The Contractor Shall Submit To The Tpoc Schedules And Plans To Accomplish Required Services Throughout The Year. If Changes Need To Be Made To Reduce Conflicts With Government Operations, Special Events, Or Other Occurrences, The Contractor Shall Meet With The Tpoc And Revise The Schedule As Necessary. The Tpoc May Request Changes To The Monthly Work Schedule So Spacing Of Services Is Distributed To Meet The Needs Of The Government. The Contractor Shall Not Deviate From This Schedule Without Prior Approval From The Tpoc. quality Control Program the Contractor Shall Establish A Complete, Written, Quality Control Program (qcp) To Ensure That The Requirements Of The Contract Are Provided As Specified. The Written Qcp Shall Be Submitted To The Tpoc Within 5 Days Of The Start Date Of Work. the Qcp’s Purpose Is To Provide A Plan For Meeting All Requirements Of This Contract. The Qcp Should Include, But Not Be Limited To, The Following: an Inspection Of The Grounds Which Covers All Services Stated In “performance Standards And Guideline Requirements” Of This Contract. a System To Ensure That The Contractor’s Employees, Or Subcontractor’s Employees, Are Notified Of All Deficiencies In Their Area Of Responsibility. A System And Plan To Retrain Employees To Ensure That Deficiencies Do Not Reoccur. a Plan For Monitoring And Correcting Customer Complaints. A Record Of Customer Complaints And The Corrective Action Taken Must Be Kept On File At This Site And Available For Review By The Contracting Officer Or His/her Representative, At Any Time. a Plan For The Immediate Forwarding Of Customer Complaints That Are Not The Responsibility Of The Contractor, To The Tpoc Or Their Designated Representative. the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications And Requisite Changes Or Conditions. The Contractor Shall Review The Plan With His Onsite Personnel To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished. if The Contractor Is Not Meeting Performance Or Quality Measures, The Government Retains The Right To Review The Qcp And Related Documents. Upon Review Of The Plan And Related Documents, The Government Will Take Appropriate Action To Ensure That All Quality And Performance Measures Are Met As Specified In This Contract. performance Standards And Guideline Requirements note: All Services Provided Under This Contract Are Required To Meet The Quality And Performance Standards Described Herein. the Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision To Perform Grounds Maintenance And Landscape Services As Identified In The Statement Of Work. the Following Guidelines Describe What Is Considered To Be The Normal Industry Quality And Performance Standards For Intended Services Under This Type Of Contract. the Contractor, Through Innovation, Technology Or Other Means, Shall Perform The Required Services In Order To Meet The Quality And Performance Standards. the Following Guidelines Are For Reference Only And Final Results Will Be The Determining Factor For The Success Or Failure Of This Contract. Performance Will Be Based On The Contractor’s Effort In The Meeting The Performance And Quality Standards, Not The Frequency Or Method Of Performance. mowing And Trimming Operations: the Contractor Shall Be Responsible For Monitoring The Growth Of The Grass And Scheduling Cutting/mowing Operations, But In General Mowing And Trimming Operations Should Occur Weather Permitting On A Weekly Basis From March 1 Through October 31. the Contractor Shall Maintain A Grass Height Between 2” And 2 ½” In Order To Prevent Scalping. Uneven Mowing And Rutting By Equipment During Contractor Operations Must Be Avoided. the Government Is Not Responsible For Damage To Contractor’s Equipment Due To Trash, Debris, Or Uneven Terrain. contractor Shall Maintain All Open Drainage Systems; Open Culverts Under Driveways And Roads Free Of Debris, Trash, Limbs, Leaves And Grass Clippings. grass And Weeds Shall Be Trimmed Around Trees, Shrubs, Buildings, Fences, Poles, Posts, Fire Hydrants, Parking Lot Bumper Blocks And Other Fixed Obstacles Concurrent With Mowing Height To Give A Well-manicured Look At All Times. grass Clippings Shall Be Removed To Provide A Uniform Appearance After Mowing. the Contractor Must Exhibit Care Around/near Parked Vehicles During Mowing And Trimming Operations So To Not Cause Damage. It Is The Responsibility Of The Contractor To Repair Any Vehicle Damage That Occurred At A Result Of Negligence During Mowing And Trimming Operations. grounds Maintenance. all Turf Areas Will Be Fertilized Four Times Annually With A Balanced Lawn Food To Ensure A Thick Healthy Lawn. all Flowers, Plants, Shrubs, And Trees Will Be Fertilized As Needed To Maintain A Healthy Condition. fertilizers Shall Be Standard Commercial Grade Of Organic Or Inorganic Fertilizer Of The Kind And Quality Specified Per Results Of Soil Testing By The Contractor And Appropriate To Industry Standards. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. The Contractor Shall Apply Fertilizer In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. the Use Of Compatible Sod Or A Grass Seed Mixture Should Be Used To Fill In Damaged Grass Areas Or Areas Without Grass. edging. grass Shall Be Cut Back From All Edges 0.5” To 1.5” And Not Cut Deeper Than 1.5” To 2”. edging Shall Include Removal Of Vegetation From Sidewalks (including Cracks And Expansion Joints), Driveways, Concrete Curbs, Planting Beds And Mounds, And Rock Beds. Grass Shall Not Extend Over The Edge Of Any Of The Above Areas. weed And Insect Control. lawns Shall Be Maintained In A Manner To Minimize Annual And Perennial Weeds, Including All Clover And Coarse Grass Species. apply Herbicides And/or Pesticides To Lawns At Least Twice A Year And More Often Than That If Needed To Control Weeds, Clover And Course Grasses Consistent With Industry Standards. flower Beds Shall Be Kept Weed Free By Pulling Weeds Or Applying Herbicides And/or Pesticides. Weeding Is A Year-long Requirement. parking Lots, Walkways, Rock Beds, Fences, And All Building Perimeters Shall Be Kept Free Of Weeds, Grasses, And Leaves All Year Long. apply Herbicides And/or Pesticides To Turf, Shrubs, Trees And Ground Cover Twice A Year And More Often Than That If Needed To Control Insect Infestation. the Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Weed Or Insect Control Application And Post Flags Indicating The Application. The Contractor Shall Apply Pesticides And/or Herbicides In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure Pesticides And Herbicides Used Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. mole Control. action Will Be Taken Through Whatever Means Necessary To Minimize The Moles And The Damage They Do To The Turf And Flowerbed Areas. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Moles Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. ant Control. routine Action Will Be Taken Through Means Necessary To Minimize The Ant Mounds And The Damage They Do To The Turf And Flowerbed Areas. annual Applications Of Preferred Treatment (lasts 1 Year From Date Of Application) Will Be Applied At The End Of Winter For Optimum Control In The Most Active Months During Spring/summer. Cost Of The Product, Delivery, And Labor Will Be Included In The Contract. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Ants Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. cleanup. all Grass Clippings, Weeds, And Pruning Shall Be Removed From The Project Site As Necessary. walks And Driveways Shall Be Kept Free Of Equipment And Debris. exterior Walls Of Building Shall Be Kept Free Of Soil. all Trash, Debris And Leaves Shall Be Removed From The Property, Including The Vehicle Parking Lots, Walkways, Flowerbeds, And Lawn Areas. mulch Replenishment. beds Will Be Edged And Cleaned Of All Debris And Weeds Before Adding Mulch pine Straw Mulch Will Be Replenished In All Planting Beds, And Around All Shrubs, Trees And Walkways Twice A Year. Quantities Supplied Must Be Sufficient To Maintain Planting Bed Areas With A Minimum Mulch Depth Of Four (4) Inches, And Tree Mounds With A Minimum Depth Of Six (6) Inches. A Sample Of Mulch Shall Be Submitted To The Tpoc Prior To Application. erosion Control. The Contractor Shall Repair And Fill All Rivulets, Soil Slides, And Washouts When Necessary. pruning. prune All Shrubs To Existing Form Twice During The Growing Season Or As Needed. Trees Shall Be Pruned From Ground Level To Up To 12’ To Improve Form And Remove Dead Wood And Spent Blossoms As Needed. tree And Shrub Suckers, Excess Shoot Growth, And Limbs Shall Be Removed As Needed. Plantings Such As Ground Cover, Perennials, And Bulbs, Shall Be Cut Back As Appropriate For The Species. flowers Replacement. Replace Flowers Twice Annually (march/april And October/november) So That When The Flowers Reach Maturity Each Of The 4 Beds In The Front Of The Building Are Well Covered. damage. If The Government Determines That The Damage To Sprinkler Heads Was Caused By The Contractor, The Contractor Shall Repair/replace Them At No Additional Cost To The Government. final Work. During The Last Two Weeks Of The Contract, The Contractor Shall Leave All Planting Beds, Tree Mounds, And Rock Beds In A Weed Free Condition. Grass Shall Be Mowed, Weather Conditions Permitting, Regardless Of Height. itemized Services Requriement Sheet the Following Are Services Included Under This Performance- Based Solicitation. The Following Are Major Service Items And Therefore, Some Minor Or Sub Item Services May Not Be Listed. edging erosion Control fertilizing insect/mole Control grass Mowing leaf Removal mulching pruning trimming weeding bed Preparation And Maintenance lawn Maintenance period Of Performance base Year: March 1, 2025 To February 28, 2026 option Year 1: March 1, 2026 To February 28, 2027 option Year 2: March 1, 2027 To February 28, 2028 option Year 3: March 1, 2028 To February 28, 2029 option Year 4: March 1, 2029 To February 28, 2030 technical Points Of Contact noaa/national Weather Service charleston, Sc Weather Forecast Office 5777 South Aviation Avenue charleston, Sc 29406-6162 primary: provided Upon Award backup: provided Upon Award
Closing Date19 Feb 2025
Tender AmountRefer Documents 
5811-5820 of 5830 archived Tenders