Fencing Tenders

Fencing Tenders

Municipality of Úmonín Tender

Others...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Czech Republic
Closing Date26 Feb 2025
Tender AmountCZK 24.8 Million (USD 1 Million)
Details: The Subject of This Public Contract Is the Construction Modification, Extension and Extension of the Building Located on Plot No. St. 56, K. Ú. Korotice, Which Will Serve for the Purposes of a Children's Group with Year-Round Operation. This Is a Complete Reconstruction of the Existing Building, Including the Construction of a New Roof, All New Installations, All New Hole Fillings, Construction of New Waterproofing and Repair of the Perimeter Shell with Insulation, Reinforcement of the Foundations Under the Existing Load-bearing Walls of the Building and Modification of the Building's Statics. This Is a Detached Single-Storey Building With an Attic, Which Is Partially Basemented. In the Main Part of the Building, a Playroom, a Bedroom and a Study for Children Will Be Built on the 1st Floor, as Well as a Dining Room, a Food Preparation Room, a Cloakroom and Social Facilities. The building does not include its own kitchen, but catering is planned. Facilities for staff and a conference room for meetings and meetings are planned for the 2nd floor. The basement of the building will be used as a technical room. New handling areas will be constructed to the extent necessary for the construction of access roads and parking lots. New fencing will be built around the land. The work also includes the implementation of survey and design work for production documentation, geodetic surveying of the actual construction in the same format and photo documentation of the construction process. As part of the Performance, the Supplier shall obtain and ensure all necessary decisions, contracts, fees, measures that are necessary to secure and implement the construction and its commissioning, and shall also ensure all necessary documents, certificates, attestations, tests, inspections, etc., necessary to commission the construction in accordance with the relevant legal provisions.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
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

Province Of Lanao Del Sur Tender

Civil And Construction...+4Others, Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 24.2 Million (USD 418.9 K)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Province Of Lanao Del Sur Invitation To Bid 1. The Provincial Government Of Lanao Del Sur, Intends To Apply The Sum Of Twenty-four Million Two Hundred Thirty-nine Thousand Four Hundred Thirty-five Pesos & 26/100 (24,239,435.26) Being The Abc To Payments Under The Contract For The Following Project/s: Lot 1. Project Reference No. 25m0026b, Supply & Delivery Of Const. Materials For The Repair And Renovation Of Various Offices @ New Capitol Complex, Marawi City, Lds, With Php 8,000,000.00 As Its Abc. Location: @ New Capitol Complex, Marawi City, Lds Cost Of Bidding Documents: Php 10,000.00 Source Of Fund: Local Fund Lot 2. Project Reference No. 25m0027b, Supply & Delivery Of Const. Materials For The Bp25, Construction/installation Of 25-unit Solar Powered Streetlight @ Singcara, Lumbayanague, Lds, With Php 1,287,354.49 As Its Abc. Location: @ Singcara, Lumbayanague, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 3. Project Reference No. 25m0028b, Supply & Delivery Of Const. Materials For The Bp25, Construction/installation Of 25-unit Solar Powered Streetlight @ Mangayao, Taraka, Lds, With Php 1,283,423.38 As Its Abc. Location: @ Mangayao, Taraka, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 4. Project Reference No. 25m0029b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Water System With Component @ Bangon Poblacion, Pagayawan, Lds, With Php 1,047,638.00 As Its Abc. Location: @ Bangon Poblacion, Pagayawan, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 5. Project Reference No. 25m0030b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Water System @ Lilod, Buadipuso Buntong, Lds, With Php 1,031,156.00 As Its Abc. Location: @ Lilod, Buadipuso Buntong, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 6. Project Reference No. 25m0031b, Supply & Delivery Of Const. Materials For The Bp25, Concreting Of Road @ Dimagalin, Kapai, Lds, With Php 1,135,982.00 As Its Abc. Location: @ Dimagalin, Kapai, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 7. Project Reference No. 25m0032b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multipurpose Pavement W/ Component @ Extension, Wao, Lds, With Php 1,112,496.00 As Its Abc. Location: @ Extension, Wao, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 8. Project Reference No. 25m0033b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Perimeter Fence @ Madaya, Maguing, Lds, With Php 1,007,641.00 As Its Abc. Location: @ Madaya, Maguing, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 9. Project Reference No. 25m0034b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multi-purpose Building @ Mapantao, Lumba Bayabao, Lds, With Php 1,043,323.12 As Its Abc. Location: @ Mapantao, Lumba Bayabao, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 10. Project Reference No. 25m0035b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multi-purpose Building @ Dibarusan, Madalum, Lds, With Php 1,055,390.30 As Its Abc. Location: @ Dibarusan, Madalum, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 11. Project Reference No. 25m0036b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multi-purpose Building @ Uyaan Proper, Madamba, Lds, With Php 1,056,779.12 As Its Abc. Location: @ Uyaan Proper, Madamba, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 12. Project Reference No. 25m0037b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Stage With Bleachers @ Bubong Guilopa, Mulondo, Lds, With Php 1,003,827.96 As Its Abc. Location: @ Bubong Guilopa, Mulondo, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 13. Project Reference No. 25m0038b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multi-purpose Building @ Sundig, Butig, Lds, With Php 1,043,328.55 As Its Abc. Location: @ Sundig, Butig, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 14. Project Reference No. 25m0039b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Multi-purpose Building(pwd/senior Citizen Office) @ Eastern, Wao, Lds, With Php 1,051,304.68 As Its Abc. Location: @ Eastern, Wao, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 15. Project Reference No. 25m0040b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Guest House ( Phase I) @ Langi Talub, Masiu, Lds, With Php 1,049,398.74 As Its Abc. Location: @ Langi Talub, Masiu, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund Lot 16. Project Reference No. 25m0041b, Supply & Delivery Of Const. Materials For The Bp25, Construction Of Warehouse @ Balt Madiar, Tamparan, Lds, With Php 1,030,391.92 As Its Abc. Location: @ Balt Madiar, Tamparan, Lds Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Local Fund 2. The Provincial Government Of Lanao Del Sur Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Shall Be Based On The Date To Be Provided By The End-user. 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm From Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05, 2025 From The Given Address And Website(s) Below. 6. The Provincial Government Of Lanao Del Sur Will Hold A Pre-bid Conference On February 13, 2025 At Bac Office, Admin. Bldg., New Capitol Complex, Marawi City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before February 25, 2025 At 12:00pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025 At 2:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: A. Issuance/ Payment Of Bid Documents: February 05, 2025 - February 24, 2025 (8:00 Am To 5:00 Pm) - February 25, 2025 (8:00 Am To 12:00 Pm) B. Pre-bid Conference: February 13, 2025 (9:00 Am) C. Deadline Of Receipts Of Bids: February 25, 2025 (12:00 Pm) D. Opening Of Bids : February 25, 2025 (2 :00 Pm) 11. The Provincial Government Of Lanao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Aliyah C. Datumanong Head, Bac Secretariat Bac Office, 2nd Floor Admin. Bldg. New Capitol Complex, Buadi Sacayo, Marawi City Mobile Phone Number: 09541827534 (sgd) Engr. Dimasira D. Macabando, Jr., Ph.d. Bac Chairperson

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)
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

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
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

Monastery Nad Ohri Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)
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.

City Of Valencia Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 4.7 Million (USD 82.2 K)
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

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.6 K)
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

Municipality of Trebichovice Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date17 Feb 2025
Tender AmountCZK 1.6 Million (USD 66.8 K)
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).
6811-6820 of 6842 archived Tenders