Fencing Tenders
Fencing Tenders
University Of The Philippines Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 43.1 Million (USD 745.1 K)
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
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
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
University Of The Philippines Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 8.2 Million (USD 142.3 K)
Details: Description Invitation To Bid For Construction Of Peripheral Fence At Dairy Training Research, Institute (dtri), Sison Hilluplb, College, Laguna (uplb-if-009-02-25) 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of Php ₱8,238,523.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Uplb-if-009-02-25, Proposed Orchid Laboratory Building (phaseii), A. Aglibut Ave., 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 Fifty (150) 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 03 February 2025, 8:00 Am To 5:00 Pm From Given Address And Website/s Below For A Non-refundable Bidding Documents Fee Amounting To Ten Thousand Pesos (₱10,000.00). 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 10 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 24 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-1-c) Respective Size Range (minimum Requirement): Small 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
CITY GOVERNMENT OF PUERTO PRINCESA Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1.3 Million (USD 24.1 K)
Details: Description Invitation To Bid (for The Procurement Of Goods) 1. The City Government Of Puerto Princesa (cgpp), Through General Appropriation Ordinance No. 1-2024 (general Fund 2025), Intends To Apply The Sum, Corresponds As The Approved Budget For The Contract (abc) For Each Of The Following Supply-requirements Of The Cgpp For The Regular Operation And Dispense Of The Governmental Functions Of Different Offices, Projects, Activities And Programs Of The City For The Fiscal Year Cy 2025. Bids Received In Excess Of The Respective Abc Of The Following Projects Shall Be Automatically Rejected At Bid Opening, To Wit: Item # *-rebid Purchase Request (pr) Number Fund Source/ Reference Abc – In P Brief Description Of Goods Subject Of Procurement Procuring Office Bidding Document Fee 11 100-2025-01-175 8751-5(25)/ 5-02-03-990 1,395,657.00 Supply And Delivery Of Various Construction Materials And Supplies (red Lead Primer Paint, Etc.) Ced – Repainting Of Inner And Outer Fence Of Pqmi Pit Lake, Mgb, Ppcg Eco Tourism Park And Research 5,000.00 2. The Cgpp – Bids And Awards Committee (bac) Now Invites Bids For The Above Procurement. Delivery Of The Good/services Required For Item Nos. 1, 180 Cd, Item No. 2, 365 Cd, 3-8, & 15-16, 90 Cd, Item No. 9-10, 120 Cd And Item Nos. 11-14, 180 Cd. Bidders Should Have Completed, Within Two (2) Years From The Date Of The Submission And Receipt Of Bids, A Contract Similar To The Procurement 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 Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Office [3/f Puerto Princesa City Hall Building Complex, Government Center, Sta. Monica Heights, Puerto Princesa City] Of The Cgpp And Inspect The Bidding Documents At The Said Address From 8:00 O’clock In The Morning Up To 5:00 O’clock In The Afternoon On Regular Government Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 04, 2025 To February 24, 2025 From The Address Below And Upon Payment Of Applicable Fee For The Bidding Documents, As Stated Above In Person. 6. The Cgpp Will Hold A Pre-bid Conference On February 12, 2025/2:00 Pm At The Bac Office, Which Shall Be Made Open To Prospective Bidders. 7. Bids Must Be Delivered To The Bac Office Of The Cgpp On Or Before 1:00 O’clock In The Afternoon Of February 24, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Will Follow On The Same Date At 2:00 O’clock In The Afternoon At Bac Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Bids Must Be Complete. Partial Bids Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A “0” (zero) For The Said Item Would Mean Tha T It Is Being Offered For Free To The Cgpp. 11. The Cgpp Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bids And Awards Committee/ Cmo-bac Secretariat And Procurement Planning Division Bac Office, 3/f Puerto Princesa City Hall Building Complex Government Center, Sta. Monica Heights, Puerto Princesa City Telephone Number: (048) 717 8050 E-mail Address: Engr. Jovenee C. Sagun, Enp City Planning And Development Coordinator Chairperson, Bids And Awards Committee
University Of The Philippines Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 85.9 Million (USD 1.4 Million)
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
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 499.9 K (USD 8.6 K)
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
Offizielle Bezeichnung Tender
Civil And Construction...+2Others, Building Construction
Germany
Closing Date19 Feb 2025
Tender AmountRefer Documents
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.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
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.
City of Hejnice Tender
Electrical and Electronics...+1Electrical Works
Czech Republic
Closing Date13 Feb 2025
Tender AmountCZK 1 Million (USD 41.3 K)
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.
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. * supporting Documents: draft Performance Work Statement (available Upon Request) comment Resolution Matrix system Requirements Document (available Upon Request) purpose the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable. this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender. as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business. remote Visual Assessment System Description the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption. rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System. launch Facility lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data. missile Alert Facility mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers. missile Support Center the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room. trainers the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites. towers the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access. network Operations Center/security Operations Center the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support. strategic Missile Integration Complex the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf. software Integration Lab the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws. description Of Cls Performance Activities the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics. the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System). the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements. classification rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable. administration Questionnaire respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government. what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment? what Is Your Experience/past Performance Sustaining Or Modifying Existing Software? what Is Your Experience/past Performance Creating Software For Cots Integration? describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations. describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance. describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems. if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract? if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator? describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays? what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office? what Contract Type Would You Think Is Appropriate For This Cls Effort? what Is Your Ability In Performing The Required Duties As The Rva Network Administration? what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance? what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing. what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes? do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe. does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe. does Your Company Currently Maintain A Facility Clearance? does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe. does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe. does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe. provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation. preface: Company Information please Provide A Cover Sheet With The Following Information: company Information company Name: designated Point Of Contact: name: title: email: phone: mailing Address: business Type/size: cage Code: duns Number: facility Security Clearance: response Instructions & Disclaimers response Format interested Parties Are Requested To Respond With A White Paper In The Following Format: microsoft Word For Office 2007 (or Newer) Compatible 1-inch Margins 12-point Font, Or Larger respondents Should Submit Answers To The Administration Questionnaire Section respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request. submission Instructions And Deadline responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil questions questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website. disclaimer this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
7541-7550 of 7690 archived Tenders