Fencing Tenders

Fencing Tenders

University Of The Philippines Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Peripheral Fence At Dairy Training Research, Institute (dtri), Sison Hilluplb, College, Laguna (uplb-if-008-02-25) 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of Php 43,105,744.43 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Uplb-if-008-02-25, Completion Of National Plant Genetics Research Laboratory (npgrl) Building, Ipb Compound, Crop Science Cluster, College Of Agriculture And Food Science (cafs), Uplb, College, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The U.p. Los Baños Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Eighty (180) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From U.p. Los Baños And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 27 January 2025, 8:00 Am To 5:00 Pm From Given Address And Website/s Below For A Non-refundable Bidding Documents Fee Amounting To Twenty-five Thousand Pesos (₱25,000.00). Bidding Documents Fee Payment Shall Be Made Through Deposit Or Online Transfer Of Funds To: Bank Name: Landbank Of The Philippines Los Banos Branch Account Number: 1892-1005-07 Account Name: Uplb Trust Project Fund Uplb Cashier’s Office Shall Issue The Corresponding Official Receipt Upon Verification Of The Submitted Proof Of Payment. The Official Receipt Shall Be Released By The Bac Secretariat Office. Bidders Are Required To Include Two Copies Of Deposit/transfer Slip With Bank Validation Or Any Other Equivalent Proof Of Payment In The Documents For Submission During Opening Day In Lieu Of The Or. It May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Uplb Bac, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The U.p. Los Baños Will Hold A Pre-bid Conference On 03 February 2025, 11:30 Am At Bac Secretariat Conference Room, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna Through Videoconferencing/webcasting Via Zoom Application, Which Shall Be Open To Prospective Bidders. Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 17 February 2025, 1:30 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 15. 9. Bid Opening Will Follow Shortly After The Deadline Of The Submission Of Bids Via Zoom Application. Link For The Meeting May Be Viewed At The Bac Website Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Online Activity. Bac Secretariat Conference Room, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna 10. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Iii, Bid Data Sheet, Itb Clause 10.3. Pcab License: General Building Registration Particulars: Kind Of Project: (gb - 1 A) Respective Size Range (minimum Requirement): Medium A 11. The U.p. Los Baños Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dr. Eileen L. M. Malayba-mamino Chair, Bac Secretariat Bac Secretariat Office, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna Tel. No. 09285158308 Http://www.bac.uplb.edu.ph Dr. Arthur L. Fajardo Chair, Bac Infrastructure
Closing Date17 Feb 2025
Tender AmountPHP 43.1 Million (USD 745.1 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: Special Notice: Industry Day Event u.s. Army Corps Of Engineers, Philadelphia District – Franklin Slag Pile (mdc) Site Overview And Federal Contracting Opportunities event Date: March 3, 2025 event Time: 1:00 Pm To 3:00 Pm Est event Location: This Is A Virtual Event. Meeting Details To The Virtual Event Will Be Provided After A Regsitration Email Has Been Received. registration Deadline: 12:00 Pm Est, February 27, 2025 the U.s. Army Corps Of Engineers (usace), Philadelphia District On Behalf Of The U.s. Environmental Protection Agency (epa), Has Completed A Design To Remediate The Former Franklin Slag (mdc) Site. The Usace Anticipating Solicitation Of Bids To Implement This Work In The Third Quarter Of 2025. the Site Is Located At The Northeast Corner Of Castor And Delaware Avenues In Philadelphia, Pa In An Industrial Siting. The Site Consists Of Approximately 70,000 Cubic Yards Of Recycling Slag Associated With The Former Franklin Slag Smelting Facility. This Stockpile Is Impacted With Hazardous Levels Of Lead And Detectable Levels Of Rcra 8 Metal. The Site Is Secured With A Chain Link Fence And The Stockpile Capped With A Hdpe Liner. with The Stockpile Covers Over 80% Of The Site, Castor Ave Immediately Adjacent To The Site And The Shoulder Of Delaware Ave, Is Available For Use By The Contractor. Approximately 25 Feet Of The Adjoining Philadelphia Water Department Property Is Available For Relocation Of A Portion Of The Untreated Stockpile Or Storage Of Treated Material Awaiting Laboratory Analytical Results. scope Of Work: relocation Of Portions Of Slag Stockpile To Provide Suitable Working Area(s). on-site Treatment Of Existing Stockpile Of Smelting Slag With A Stabilization Agent To Decrease Leachability Of Lead To Be Characterized As Non-hazardous. laboratory Analysis To Confirm Waste Characterization As Non-hazardous. excavation Of Soils Beneath The Stockpile That Exceed Clean Up Levels. confirmatory Soil Excavation Sampling. transport Of Stabilized Slag And Soil For Disposal At A Licensed Resource Conservation And Recovery Act Subtitle D Landfill. removal And Off-site Disposal Of Existing Concrete Slabs And Foundations Associated With The Former Mdc Aggregate Facility. backfill With Imported Clean Fill To Meet Existing Ground Surfaces. dust Control And Erosion Control Measures. design And Implement A Perimeter Air Monitoring Program Including Monitoring Of Neighboring Residential Areas. design And Implement Traffic Control And Detour Plans Associated With Closure Of Parts Of Castor And Delaware Avenues. monitoring Well Abandonment And Installation. eight Quarters Of Groundwater Sampling And Laboratory Analytical For Rcra Metals. site Restoration. highlights Of The Industry Day Include: project Overview: Detailed Presentation On The Scope Of Work, Including The Criteria For Community Eligibility, Project Phases, And The Planned Implementation Schedule. federal Contracting Insights: Learn The Specifics Of Engaging With The Usace On This Project, With A Focus On Nonstructural Work And Home Elevation Initiatives. networking Opportunities: Connect With Usace Leadership And Other Industry Peers To Discuss Potential Collaboration And Project Participation. open Forum For Feedback: Engage In Discussions With Usace Representatives, Share Your Perspectives, And Ask Questions Related To The Project And Contracting Process. government Request: the Government Is Requesting A Capabilities Statement, Not To Exceed One Page, To Address The Following Items: seeking Input On Construction Techniques For Rehandling The Stockpile To Increase The Available Workspace. It Is Assumed That It Will Be Necessary To Install Temporary Retaining Wall(s) At The Property Line And Rehandling Of The Pile In Order To Develop A Processing Area. Is This Feasible? would Extended Work Hours Be Beneficial To Separate The Traffic Patterns Associated With Material Treatment, Stockpiling, And Loadout? Especially Considering The Number Of Loads And Landfill Operating Hours. sampling Of The Slag Stockpile Has Resulted In Varying Levels Of Tclp Lead. Would Additional Pilot Testing Throughout The Project Outweigh The Additional Admixture To Ensure Stabilization, Or Is That The Contractor’s Means And Methods? who Should Attend? entrepreneurs, Business Leaders, And Representatives From Companies Of All Sizes And Socioeconomic Backgrounds Interested In Federal Contracting, Especially Those Specializing In Engineering, Construction, Home Elevation, And Related Support Services. registration Information: attendance Is By Prior Registration Only. Please Register By Sending The Following Information To Eric Leach, Eric.a.leach@usace.army.mil, The Primary Point Of Contact, By 12:00 Pm Est On February 27, 2025: company Name company Capabilities Sheet / Brief names Of All Attendees contact Information (email And Phone Number) will Attendance Be In-person, Or Virtual (in-person Space Is Limited To 20 Attendees) this Industry Day Is A Unique Opportunity To Align Your Business Objectives With The Specific Goals Of The Franklin Slag Removal Project And To Understand How Your Business Can Contribute To The Success Of The Initiative. We Look Forward To Your Participation And The Collaborative Opportunities That This Event Will Undoubtedly Present. points Of Contact: eric Leach – Eric.a.leach@usace.army.mil brandon Mormello - Brandon.r.mormello@usace.army.mil
Closing Date27 Feb 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Others
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500517 Title Hygienic Products & Items Description 100 Each X Toothpaste 100ml 100 Each X Hand Washing Bar Soaps 175g 100 Each X Vaseline Blue Seal 50ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Face Cloths Specification* Ref Gg12500517 Please Assist With The Supply Of Below Goods To Rocklands Admin Office Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 100x Toothpaste 100ml Colgate/aquafresh Or Equivalent Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 * 100x 175g Hand Bar Soap (lifebuoy Or Equivalent) Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Fresh Antigerm Bar Soap Gives A Clean And Refreshing Feeling.with Flaxseed Oil Helps Strengthen Your Skin's Natural Ability To Protect Against Germs. For The Good Health Of Your Skin. Boosts Your Natural Anti-germ Defences By 10x More. * 100x Vaseline Blue Seal/equivalent 50ml Specs Vaseline Petroleum Jelly Original Locks In Moisture And Is The Ideal Product For A Multitude Of Skin Care Needs. Vaseline Petroleum Jelly Original Is Made With 100% Pure Petroleum Jelly That Is Guaranteed To Have Been Through 3 Purification Steps. It Is Also A Fragrance-free, Hypoallergenic Moisturizer That Is Non-irritating And Non-comedogenic, Which Means Original Vaseline Petroleum Jelly Does Not Clog Pores. Vaseline Blue Seal Original Has Many Uses, Including Personal Care, Baby Care, And Beauty. The Unique Formulation Penetrates Into Surface Skin Layers And Locks In Moisture To Create A Protective Barrier. By Sealing In Moisture, It Assists The Skin's Natural Recovery, Rejuvenating Visibly Dry Skin And Reducing The Appearance Of Fine, Dry Lines. Vaseline Jelly Protects The Skin From Windburn And Dry, Cracked Skin And Minor Cuts, Scrapes, And Burns. Vaseline Petroleum Jelly Original Combines All Key Elements Of A Good Moisturizer In One. This Petroleum Jelly Is Gentle, Safe And Effective At Moisturizing And Protecting Your Skin. Vaseline Petroleum Jelly Is Clinically Proven To Help Restore Dry Skin. * 100x Antiperspirant Roll On For Men 55ml 100 For Men Shower To Shower Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Antiperspirant Roll On For Women 55ml 100 For Men Shield Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Facecloths 30cmx30cm Features Home Cotton Face Cloth Teal Covers Your Basic Bathroom Needs. This Towelette Is Crafted From 100%% Pure Cotton For A Soft, Luxurious Feel And Measure 33 X 33cm. Delivery Date2025/02/28 Delivery Tocs - City Health Csch Delivery Address0 Cnr Lancaster And Park Ave, Rocklands Contact Personsandisiwe Tandwa Telephone Number0744511737 Cell Number Closing Date2025/02/06 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

National Development Company Tender

Machinery and Tools
Philippines
Details: Description Request For Quotation Reference No.: Mr25-01-004 We Are Inviting All Interested Suppliers To Submit Their Best Quotation For The Procurement For The Services Of A Two (2) Third (3rd) Party Appraiser To Inspect Value The Ndc’s Tank Farm Facility Located In Lide, Isabel, Leyte: Tank Farm Facility A. Equipment List 1 Fuel Oil Tank (t-85101-a) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 2 Fuel Oil Tank (t-85101-b) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 3 Diesel Oil Tank (t-85102) Capacity: 20,000 Barrels With Level Indicator 4 Fuel Oil Pumps (p-85101 A/r) 2 Units; Gear Type Capacity/unit: 30mt/hr 5 Diesel Oil Pumps (p-85102 A/r) 2 Units; Gear Type Capacity/unit 20 Mt/hr 6 Foam Storage Tank For Fire Water System B. Line List 1 8” Fuel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 2 6” Diesel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 3 8” Fuel Oil Suction Lines From Tank Suction Heaters To Fuel Oil Pumps (with Suction Filters) 4 4” Diesel Oil Suction Lines From Diesel Oil Tank To Diesel Oil Pumps (with Suction Filters) 5 3” Low Pressure Steam Lines To Fuel Oil Tank Suction Heaters 6 Condensate Return Lines From Fuel Oil Tank Suction Heaters (with Steam Traps) 7 Instrument Air Lines 8 Fire Water Lines To 3 Fuel Tanks C. Miscellaneous 1 Tank Farm Dike 2 Cyclone Wire Fences 3 Lpg Storage Fire Walls C. Building And Other Land Improvements Scope Of Services: 1. The Appraisal Services Shall Cover Table Appraisal Of The Abovementioned Tank Farm Facility, Including Buildings And Other Land Improvements, To Establish The Updated Market Value, Prompt Sale Value, And Rental Value Using The Appropriate Methodology. 2. Valuation – Gather And Analyze Data On Recent Sales Of Similar Properties In The Vicinity Of The Subject Property And Interview People Known To Be Knowledgeable Of Real Estate Prices And The Circumstances Of The Sales. 3. Gather And Analyze Data On The Prevailing Rental Rates In The Vicinity Of Properties Of The Same Classification Or Highest And Best Use And Provide An Opinion Of The Market Rental Value Of The Subject Property Also Stating Therein The Appropriate Lease Terms. Duration Of Work: The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. Reporting Requirements: A Draft Narrative Report Shall Be Submitted Based On The Above Scope Of Work To The Asset Management Group, Before Its Finalization. The Report Should Clearly And Accurately Set Forth The Conclusions Of The Valuation/appraisal In A Manner That Is Not Misleading Specifying All Assumptions And Limiting Conditions Upon Which The Value Conclusion Is Contingent. 3rd Party Appraiser The 3rd Party Appraiser Must Be Duly Accredited By The Bangko Sentral Ng Pilipinas (bsp) And Qualified To Conduct The Appraisal And Has Previously Completed A Similar Appraisal Work For The Abovementioned Property. No. Of Appraisers Required: Two (2) Cost And Manner Of Payment: The Total Cost For The Appraisal Of The Subject Property Shall Not Exceed P40,000.00 Per Appraisal Company (inclusive Of Vat And Out-of-pocket Expenses), And Payable Upon Completion Of The Work. Approved Budget : ₱ 80,000.00/₱ 40,000.00 Per Appraisal Company Inclusive Of Taxes Submission Of Quotation And : January 28, 2025 Eligibility Requirements Mode Of Procurement : Small Value Procurement (53.9) Eligibility Requirements : 1. Valid And Current Mayor’s Permit (certified True Copy) 2. Philgeps Registration Number (certified True Copy) 3. Omnibus Sworn Statement (notarized And Accordance With Gppb Circular 04-2020 Dated September 16, 2020) Note: In Lieu Of The Mayor’s Permit And Philgeps Registration Number, You May Submit A Valid Certificate Of Philgeps Registration (platinum Membership). Please Submit Your Quotation And Eligibility Requirements In A Sealed Envelope At The Address Stated Below. Name Of Bidder: Bids And Awards Committee National Development Company 7/f Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City Fax: 840-4862 Attention: Bac Secretariat Reference Number: Mr25-01-004 All Prices Should Be Vat Inclusive. Further, Please Indicate In The Quotation The Following: 1. Terms Of Payment - Government Terms 2. Delivery Period – The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. (originally Signed) Agm Alewijn Aidan K. Ong Chairperson, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)

City Of Tayabas Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-026 Construction Of Traffic Management Impounding Facility - Brgy. Lakawan, City Of Tayabas 1. The City Government Of Tayabas, Through The 20% Development Fund Continuing Intends To Apply The Sum Of Four Million Nine Hundred Ninety-six Thousand Nine Hundred Eighty-five Pesos And 29/100 (php 4,996,985.29) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Project # 25-026 Construction Of Traffic Management Impounding Facility - Brgy. Lakawan, City Of Tayabas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 90cd Upon Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 06, 2025 (thursday) From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Offive Thousand Pesos (p 5,000.00)the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The City Government Of Tayabaswill Hold A Pre-bid Conference On February 17, 2025 (monday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas 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 As Indicated Below, On Or Before March 03, 2025 (monday) 10:00 Am, 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 15. 9. Bid Opening Shall Be On March 03, 2025 (monday) 10:01 Am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission. 11. The City Government Of Tayabas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Raymond S. Bermudez Bac Secretariat 2nd Floor New City Hall Brgy. Baguio Tayabas City, Quezon (042) 793-3778 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result= Item No. Unit Description Qty. Construction Of Traffic Management Impounding Facility - Brgy. Lakawan, City Of Tayabas I. Unit Construction Of Field Office For The Engineer 1.00 Ii. Each Project Billboard/signboard 1.00 Iii. L.s. Occupational Safety And Health Program 1.00 Iv. Sq.m. Clearing And Grubbing 3,610.00 V. Sq.m. Subgrade Preparation (common Material) 3,610.00 Vi. Cu.m. Aggregate Base Coarse 722.00 Vii. Cu.m. Gravel Surface Course 361.00 Viii. Cu.m. Structural Concrete 10.21 Ix. Cu.m. Grouted Riprap 31.25 X. L.s. Fence (gate) 1.00 Xi. L.s. Formworks And Scaffoldings 1.00 Xii. Sq.m. Masonry And Plastering Works 30.90 Xiii. L.s. Electrical Works 1.00 Xiv. Cu.m. Excavation Works 35.84 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x February 06, 2025 ________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date3 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.1 K)

University Of The Philippines Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Peripheral Fence At Dairy Training Research, Institute (dtri), Sison Hilluplb, College, Laguna (uplb-if-007-02-25) 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of Php 85,902,330.72 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Uplb-if-007-02-25, Rehabilitation Of Sewage Treatment Plant (stp), Uplb, College, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The U.p. Los Baños Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From U.p. Los Baños And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 27 January 2025, 8:00 Am To 5:00 Pm From Given Address And Website/s Below For A Non-refundable Bidding Documents Fee Amounting To Fifty Thousand Pesos (₱50,000.00). Bidding Documents Fee Payment Shall Be Made Through Deposit Or Online Transfer Of Funds To: Bank Name: Landbank Of The Philippines Los Banos Branch Account Number: 1892-1005-07 Account Name: Uplb Trust Project Fund Uplb Cashier’s Office Shall Issue The Corresponding Official Receipt Upon Verification Of The Submitted Proof Of Payment. The Official Receipt Shall Be Released By The Bac Secretariat Office. Bidders Are Required To Include Two Copies Of Deposit/transfer Slip With Bank Validation Or Any Other Equivalent Proof Of Payment In The Documents For Submission During Opening Day In Lieu Of The Or. It May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Uplb Bac, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The U.p. Los Baños Will Hold A Pre-bid Conference On 03 February 2025, 11:30 Am At Bac Secretariat Conference Room, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna Through Videoconferencing/webcasting Via Zoom Application, Which Shall Be Open To Prospective Bidders. Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 17 February 2025, 1:15 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 15. 9. Bid Opening Will Follow Shortly After The Deadline Of The Submission Of Bids Via Zoom Application. Link For The Meeting May Be Viewed At The Bac Website Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Online Activity. Bac Secretariat Conference Room, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna 10. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Iii, Bid Data Sheet, Itb Clause 10.3. Pcab License: General Building Registration Particulars: Kind Of Project: (gb-2-aa) Respective Size Range (minimum Requirement): Medium B 11. The U.p. Los Baños Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dr. Eileen L. M. Malayba-mamino Chair, Bac Secretariat Bac Secretariat Office, Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna Tel. No. 09285158308 Http://www.bac.uplb.edu.ph Dr. Arthur L. Fajardo Chair, Bac Infrastructure
Closing Date17 Feb 2025
Tender AmountPHP 85.9 Million (USD 1.4 Million)

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Improvement Of Daycare Center (upper Banig) 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Four Hundred Ninety-nine Thousand Nine Hundred Ninety-one And 55/100 Pesos (php499,991.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Daycare Center (upper Banig) (pow-8751-2025-twg-02). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2025-twg-02 Name Of Project: Improvement Of Daycare Center (upper Banig) Project Location: Tawang, La Trinidad, Benguet Contract Duration: 33 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done B.5 Project Billboard/signboard B.7 (2) Occupational Safety And Health Program B.9 Mobilization / Demobilization Spl.1 Excavation Works Spl.2 Materials’ Manual Hauling Spl.3 Steel Matting Fence (fabricated) Spl.4 Embankment 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A 505(5) Grouted Riprap Class A 1006 Steel Door Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck (10t, 270hp) 1 Unit One Bagger Mixer 1 Unit Welding Machine 1 Unit Water Truck (1000 Gal) Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 – March 5, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before March 5, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 5, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date5 Mar 2025
Tender AmountPHP 499.9 K (USD 8.6 K)

Offizielle Bezeichnung Tender

Civil And Construction...+2Others, Building Construction
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Kf4-tga The subject of this procedure is the award of the specialist planning Tga consisting of the planning services for the technical equipment in system groups 1-6 and 7 (interfaces) as well as 8 (opt.) ... Morekf4-tga The subject of this procedure is the award of the specialist planning Tga consisting of the planning services for the technical equipment in system groups 1-6 and 7 (interfaces) as well as 8 (opt.) and other systems in accordance with Section 55 Hoai (lph 1-9). Kf4-tga The town of Pohlheim intends to renovate and expand the day care center at Fröbelstrasse 4 in the Garbenteich district (on the festival grounds). The building was constructed in 1968 as a three-group, one-story kindergarten and is still operated in this way today. The heating is supplied by the adjacent sports and cultural hall, as is the electricity connection. The existing washrooms are in need of renovation, but otherwise the buildings and rooms are in good condition. The facility is now to be brought up to a standard that meets current educational requirements and processes. This will include sleeping / differentiation rooms, storage rooms, a handicapped-accessible washing and toilet area, a new kitchen (cook and chill), an office with a parents' consultation room and a corresponding staff area. The existing washrooms will be removed from the existing building and completely rebuilt in the extension. The space gained will be used as a dining area (canteen). The daycare center will also now have four groups. The current multi-purpose room will be used as a group room, and a new multi-purpose room will be built in the extension. A lunch table will be offered. The plan for the extension is to build on the "triangular area" between the existing building and the fence to the north (Licher Straße). This area is rarely used as an outdoor play area and is therefore ideal for the extension. In the southern area, the existing differentiation room will be extended and an office for the management will be added. The existing daycare center has around 470 square meters and is to be extended by around 430 square meters. The extension is planned as a two-story building. The rooms on the upper floor are only intended for use by adults. Offices, meeting rooms, staff rooms, etc. are to be created here. The upper floor is connected to the ground floor by a staircase and an elevator. The group rooms not affected by the extension and conversion will be renovated once all other rooms have been completed. New floor coverings, wall painting and conversion to LED lighting are planned here. There is no development plan; this is a § 34 area. An architectural firm has already been commissioned to plan the building. The existing playground will remain largely untouched. An indicative soil report will still be commissioned, as will the preparation of an elevation plan. Public funding should be applied for - if possible. The relevant funding guidelines must be taken into account. When planning and implementing the daycare center, all relevant regulations, standards and guidelines in their most recent version must be observed. The guidelines, recommendations and rules for daycare centers from Dguv, Unfallkasse Hessen and the State of Hesse should also be taken into account. --- For the new building, specialist planning Tga is required, consisting of planning services for the technical equipment in system groups 1-6 and 7 (interfaces) and 8 (optional) and other systems in each of the service phases 1-9 in accordance with Section 53 FF Hoai Section 2 in conjunction with Appendix 15, estimated fee zone II, estimated chargeable costs in accordance with the Tga fee form, system groups 1-6 and 8 (optional) at the respective percentages, system group 7 in all service phases but pro rata at 10%, as only in interfaces, other technology in kg 490 and kg 550 in external systems also in all service phases. The individual services to be provided arise from the fee summary and the draft contract including appendices. --- The Ag's cost target for the entire daycare center across cost groups 300-700 is €2.6 million gross. This must be observed from now on and the agency must align its planning to ensure that this cost target is strictly adhered to.
Closing Date19 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

City of Hejnice Tender

Electrical and Electronics...+1Electrical Works
Czech Republic
Details: The Subject of the Public Contract is the Placement of 1 Separate Object – Retaining Wall Along the Adjacent Road (Luční Street) with a Distance of the Wall Face from the Edge of the Road. The Retaining Wall Construction Is a Heavy Gabion With Granite Folded Filling. The Retaining Wall Is Designed to Be Angled With a Short Bend into an “L” Shape at the Entrance Gate and Further With an Oblique So-called “Wing” at the Technical Services Building. Within the Framework of the Subject of the Public Contract, the Retaining Wall Will Be Founded on a Concrete Foundation Belt. The Retaining Wall Construction Will Be Reinforced with Vertical Structural Steel Columns, Which Will Run Along the Entire Height of the Retaining Wall. In the Crown of the Masonry They Will Form the Supporting Structure of the Fencing. The columns will be anchored to the foundation belts via a steel plate.
Closing Date13 Feb 2025
Tender AmountCZK 1 Million (USD 41.3 K)
7541-7550 of 7691 archived Tenders