Housekeeping Tenders
Housekeeping Tenders
Department Of Education Division Of Zamboanga Del Norte Tender
Others
Philippines
Details: Description Invitation To Bid Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools 1. The Schools Division Of Zamboanga Del Norte, Through Subaro No. Ro-9-zn-24-10-01072, Intends To Apply The Sum Thirty-seven Million Seven Hundred Sixty-seven Thousand Four Hundred Fifty-two Pesos & 00/100, Philippine Currency, (p37,767,452.00) Being The Abc To Payments Under The Contract For Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools, With Project Identification Nos. 2025-004-cbzn; 2025-005-cbzn; 2025-006-cbzn; 2025-007-cbzn; 2025-008-cbzn: Lot Item Description Quantity Cost Per Unit Amount/cost 1 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Computer System Servicing Nc Ii 23 Items Varied Per Item 2,807,707.00 2 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages: Hairdressing Nc Ii 50 Items Varied Per Item 1,292,680.00 Caregiving 9 Items Varied Per Item 1,201,209.00 Wellness Massage Nc Ii 58 Items Varied Per Item 396,676.00 Sub-total For Lot 2 2,890,565.00 3 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Housekeeping Nc Ii 42 Items Varied Per Item 3,590,972.00 Front Office Nc Ii 12 Items Varied Per Item 209,742.00 Sub-total For Lot 3 3,800,714.00 4 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Food And Beverage Services Nc Ii 63 Items Varied Per Item 8,568,675.00 Bread And Pastry Production Nc Ii 41 Items Varied Per Item 4,937,169.00 Sub-total For Lot 4 13,505,844.00 5 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Cookery 79 Items (see Pr For Details) Varied Per Item 14,762,622.00 Total 37,767,452.00 Please See Attached Purchase Request For The Details, Technical Specifications, And Terms Of Reference. Bids Received In Excess Of The Abc Of The Project Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Of Zamboanga Del Norte, Through The Bids And Awards Committee, Now Invites Bids For The Above Procurement Project. The Delivery Of The Goods Is Required To Be Completed Within The Given Schedule. Bidders Should Have Completed, Within Three (3) 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From The Schools Division Of Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 P.m. 5. A Complete Set Of Electronic/soft Copy Of Bidding Documents May Be Acquired By Interested Bidders From January 6, 2025 To January 27, 2025 In The Given Address And Website Below And Pursuant To The Latest Guidelines Issued By The Gppb, And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Each For Lots 1, 2, And 3; Twenty-five Thousand Pesos (p25,000.00) Each For Lots 4 And 5. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means Before Or Upon Dropping Of Proposal. 6. The Schools Division Of Zamboanga Del Norte Will Hold An On-site Pre-bid Conference On January 14, 2025, At 2:00 P.m. At 3rd Floor Conference Hall, New Sdo Building, Estaka, Dipolog City Which Shall Be Open To All Prospective Bidders. 7. Bids In Three (3) Copies Including The Original Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before Or At Exactly 11:00 Am Of January 27, 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 Shall Be On January 27, 2025, At 1:00 Pm At The 3rd Floor Conference Hall Of The New Sdo Building At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Christine Joyce S. Paco Bac Secretariat Head Deped- Zamboanga Del Norte 0946-025-6019 12. You May Visit Www.depedzn.net Or E-mail At Depedznbac@gmail.com Zyhrine P. Mayormita Bac Chairperson (goods And Services) Date Of Issue: January 3, 2025
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)
City Government Of Navotas Tender
Others
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement Of Other Supplies And Materials For Child Development Centers And Kindergarten On Wheel Trucks Under The Nccpc-cswdo Fund Lot 1- Other Supplies And Materials 25 Gal/s Alcohol – 70% Isoprophyl 1 Gallon @20,000.00 50 Pc/s Other Supplies And Materials – Ballpen Black @600.00 25 Pc/s Broom Stick – Tingting @2,050.00 25 Pack/s Cartolina – Assorted Color 10pcs/pack @3,000.00 25 Pc/s Correction Tape – 5mm @1,700.00 50 Kilo/s Welfare Goods – Laundry Detergent Powder, 1 Kilo @12,500.00 25 Gal/s Bread And Pastry Production – Dishwashing Liquid @15,000.00 25 Can/s Cho Other Medical Supplies – Disinfectant Spray 400gms @12,500.00 25 Pc/s Doormat – Cotton @2,500.00 25 Pc/s Dust Pan – Non-rigid @7,500.00 25 Box/es Fastener – Metal 50 Set/box @2,125.00 25 Pc/s Marker – Highlighter Assorted Color @1,875.00 25 Pc/s Marker – For White Board Assorted Color @2,500.00 25 Pc/s Marker – Permanent Assorted Color @2,000.00 25 Box/es Paper Clip – 33mm 100pcs/box @1,050.00 25 Box/es Paper Clip – 50mm 100pcs/box @2,250.00 25 Kilo/s Masonry Works – Circular Cotton Rags @2,250.00 25 Book/s Record Book – 300pages, 17.5cm X 28.5cm @6,250.00 50 Pc/s Signpen – Black, Blue, Red, Green, Brown @3,500.00 25 Bottle/s Stamp – Pad Ink, Violet50ml @875.00 25 Pc/s Stamp – Pad Felt, 60mm X 100mm @1,700.00 25 Roll/s Tape – Masking 48mm @3,125.00 25 Roll/s Tape – Transparent 48mm @2,125.00 25 Pack/s Paper – Toilet Tissue 2ply 100% Recycled 12pcs/pack @7,250.00 25 Pc/s Waste Basket – Non-rigid Plastic @3,125.00 25 Set/s Mop – Tornado Mop And Spin Dry Bucket Set With 1 Microfiber Mop Head @67,500.00 1,250 Pc/s Folder – With Tab Legal Size @15,000.00 2 Box/es Envelope – Documentary Legal 500pcs/box @2,800.00 250 Pc/s Envelope – Plastic, Expanding With Button Clear Legal Size @25,000.00 125 Pc/s Envelope – Plastic, Expanding With Handle Legal Size @18,750.00 25 Bottle/s Multi Purpose Bleach – 3785ml @10,250.00 25 Jar/s Glue – All Purpose 240 Grams @4,875.00 25 Pack/s Certificate Paper – Colored Assorted Letter Size, 250pcs/pack @17,750.00 25 Pc/s Broom – Tambo Soft @8,500.00 125 Ream/s Paper – Multi-purpose A4 Size, 70gsm @42,500.00 125 Ream/s Paper – Multi-purpose Legal Size, 70gsm @47,500.00 25 Pc/s Stapler – Standard Type @6,250.00 25 Box/es Staple – Wire, Standard @1,825.00 25 Bundle/s Housekeeping – Trash Bag Black, Xl 10’s Bundle Of 10 @17,500.00 Abc:php405,350.00 Delivery Schedule: March 21, 2025 Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 405.3 K (USD 6.9 K)
Department Of Education Region Xi Tender
Others
Philippines
Details: Description Invitation To Bid No. 038-12-2024 Invitation To Bid For Procurement Of Lot 1 – Training Venue With Food And Accommodation For The Conduct Of The Regional Training Of Division Core Team Trainers On Design, Development, And Quality Assurance Of School-based Professional Development (pd) Programs 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-1739 Intends To Apply The Sum Of One Million Three Hundred Forty Thousand Pesos (₱1,340,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 038-12-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Are Indicated Below. Bidders Should Have Completed, Within 2 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). Unit Item Description Qty Unit Cost Total Cost Pax Lot 1 - Venue With Food And Accommodation (january 13-17, 2025) Pax Day 0 - January 12, 2025 (arrival/check-in) Meals To Be Served: Dinner 134 Pax Day 1 - January 13, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 2 - January 14, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 3 - January 15, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 4 - January 16, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Day 5 - January 17, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch) 134 ₱2,000.00 ₱268,000.00 Total ₱1,340,000.00 Specifications Food Specification: * Free Flowing Coffee And/or Tea * Managed Buffet With Standby Waiters (breakfast, Lunch And Dinner) * For Breakfast: 2 Main Dish, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee * For Lunch And Dinner: 3 Main Dish(choice Of Meat:chicken, Pork, Fish Or Beef; Vegetables, Soup, Rice Dessert, And Drinks) * Am And Pm Snacks:sandwich/pasta/kakanin; With Drinks * Food Provision For Non-pork-eaters. * Fresh Fruit Juices As Beverage * At Least Two Food Stations Specifications Venue: * Within Davao City * Airconditioned Function Rooms That Can Accommodate 134 Pax/batch For Plenary * Tarpaulin, 8 Feet X 4 Feet * Classroom Type Set Up * Unlimited And Free Access To Strong Wi-fi Connectivity, At Least 50-100mbps * Available Audio-visual Equipment And Stand By Technical Assistant * At Least Two (2) Lcd Projectors With Wide Screen * At Least One (1) Whiteboard With Whiteboard Pen And Eraser * At Least Three Wireless Microphones And A Microphone Stand * At Least Five (5) Extension Cords * Complete Set Of Sound Systems * Two (2) Tables For The Secretariat (registration Area) * Wide Parking Space * Maintaining Cleanliness And Daily Disinfection Of The Following Areas: Function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/tea Area And Dining Area * Availability Of Medical Staff In The Training Area * Provision Of Alcohol In All Common Areas * 24-hour Security, Front Desk And Housekeeping Services Accommodation: *twin/triple Sharing Rooms (separate Beds) *clean Bedding, Rooms And Restrooms *provision Of Toiletries 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Deped Regional Office Xi, F. Torres St., Davao City Upon Payment In Cash Of A Non-refundable Fee Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On December 23, 2024 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before January 3, 2025, (friday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 3, 2025, (friday) 9:00 A.m. At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 225-0816 +63 9453349262 Sgd Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.1 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
the Purpose Of This Notice Is To Obtain A Snapshot Of Current Market Capabilities And Gain Knowledge Of Potential Small Business Sources To Include Small Business In The Following Socioeconomic Categories: Certified Hub Zone; Woman-owned Small Business {wosb) And Serviced-disabled Veteran-owned Small Business {sdvosb); Veteran Owned Small Business {voss) And 8(a) Small Business Concerns To Perform Land Mitigation And Vegetation Clearing Efforts. Other Than Small Business Is Encouraged To Express Interest And Submit Capability Statements As Well.
contractors' Capabilities Will Be Reviewed Solely For The Purpose Of Determining An Appropriate Acquisition Strategy To Include Whether This Prospective Action Is Appropriate To Be Set-aside For The Small Business Community Or Should Proceed As An Unrestricted Full And Open Acquisition. Other Than Small Businesses Are Encouraged To Respond To This Notice To Provide A Greater Context Of Current Market Capabilities. However, Per The Federal Acquisition Regulations, Preference Will Be Given To The Small Business Categories As Listed Above. In Determining The Acquisition Strategy, The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Available Contractors.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement And Acquisition Strategy To Establish A Firm Fixed Price (ffp) Five (5) Year Multiple Award Task Order Contract (matoc) To Provide Mitigation And Vegetation Services Within The California Sacramento District Area Of Responsibility To Include But Not Limited To: Sagebrush-scrub Upland, Pine-oak Woodland, Valley Oak, Woodland, Elderberry, Savannah, Grasslands, Valley Creep And Riparian/upland.
the Potential Requirement May Result In A Solicitation Issued Approximately In January 2025. If Solicited, The Government Intends To Award A Five (5) Year Firm Fixed Price Multiple Award Idiq Contract. Delivery Orders May Range In Value From $2,000.00 To $14,000,000.00. The Total Individual Task Orders Placed Against A Matoc Shall Not Exceed $99,000,000.00 To Any One Contractor. The Total Capacity Of The Matoc Would Be Shared Amongst All Contractors.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 561730 Small Business Size Standard For The Naics, 9.5m As Established By The U.s. Small Business Administration, The Product Service Code For The Potential Requirement Is Anticipated To Be S208 Housekeeping- Landscaping/groundskeeping
the Potential Task List Includes But Is Not Limited To Tree Removal And Trimming, Arborist Services, Tree Diagnosis/assessment Report Preparation, Tree Surgery, Bark Scribing, Vegetation Clearing, Chipping, And/or Masticating; Orchard Removal And Disposal; Elderberry Transplanting, Maintenance, And Abatement Services; Native Plant Propagating Services: Seed Collection, Container Plant Growing, Seedling Transport And Installation; Irrigation: Water Well Drilling And Pump Installation, Temporary Irrigation System Installation And Maintenance, And Irrigation System Removal; Earth Grading/shaping, Drainage System Installation; Creation Of Wetlands, Retention Ponds, And Creek Restoration/improvement Features; Mitigation Site Preparation: Clearing/grubbing, Ripping, Grading, And Rototilling/amendment Incorporation; Creation Of Wetlands And Other Central Valley California Native Plant Communities For Mitigation Purposes; Container Plant Installation, Maintenance, And Browse/gopher Protection Device Installation; Perform Vegetation Maintenance Duties Including Mowing, Spraying, Weeding, Pruning; Perform Invasive Species Management And Abatement; Achieve Survival Rates Set Forth In Task Orders For Vegetation Establishment; Replacement Of Dead And Dying Plants; Vegetation Survival Studies; Prepare Monthly And Yearly Reports And Site As-built Records; Fire Break Creation And Maintenance; Storm Water Prevention Plan (swppp) Permit And Application Processing, Swppp On Site Bmp Installation And Removal; Coordination And Processing Of Required Work And Right Of Entry Permits Where Applicable.
work Elements:
acquire Permits
maintain Seedling Health
provide Water
browse Guards
mitigation Sites
removing Infrastructure
clean-up
monitoring Plant Survival Rates
replace Dead Plants
clearing
mowing
site Layout
container Plants/
multi-year Establishments
sites Clean And Organized
deer-friendly Livestock Fence
npdes Stormwater Compliance
soil Preparation
document/documentation
orchard Removal
storm Water Sampling
field Leveling
performing Weed Control
temporary Deer Fences
foster Proper Development
plant Delivery
testing And Reporting
grass Seeding For Erosion Control
planting Mitigation Sites
transplanting Elderberry Shrubs
grass Seeding For Habitat Restoration
preparing Mitigation Sites For Planting
watering
herbivore Browse
prep-work Submittals
weeding
irrigation Systems
propagating Seedlings
wetlands
maintain Features
propagule Collection
maintain Plants
provide Container Plants
the Above Description Of Work Is For The Purpose Of General Information Only And Is Not Intended To Include And Describe Every Feature Or Item Of Work Or The Define The Scope Of Work.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
capability Statement:
the Following Requests Are Designed To Inform The Us Army Corps Of Engineers, Sacramento District, Of Current Service Contractor Market Capabilities. The Submission Is Limited To 10, 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 12.
1) A Statement Of Positive Intent To Submit A Proposal For A Matoc
2)offerors’ Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
3) Offerors’ Experience And Capability (either Through Self-performance In Excess Of 50% Or The Managing Of One Or More Subcontracts As A Prime) Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Comparable Work Performed Within The Past Six (6) Years. Describe The Primes’ Self-performed Effort, And/or Subcontractor Management), Brief Description Of The Project, Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project- Provide At Least Three (3) Examples.
4) Offerors’ Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Ines Corbett, A, At (ines.d.corbett@usace.army.mil And Cc Contracting Officer Amelia Bryant At Amelia.k.bryant@usace.army.mil ) By 10:00 A.m. Pacific Time, On Tuesday, 12 Dec 2024.
please Include The Sources Sought Notice Number, ‘w9123825s0003’ In The E-mail Subject Line.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Amendment 2
this Amendment Is To Provide Responses To Two (2) Vendor Questions. The Attachment Has Been Revised As Result Of Question #1. All Other Terms Remain Unchanged.
question 1: I Wanted To Confirm That Question #2 Of The Attachment "construction+sources+sought+contractor+information+form" Is In Fact A Requirement:
government Response: Question #2 Of The Of The Original Attachment (construction+sources+sought+contractor+information+form) Was Addressed On Amendment 1. The Attachment Was Revised To Remove The Bonding Question On The Attachment. The New Attachment Is "construction Sources Sought Contractor Information Form_v2".
question 2: The Sources Sought Notice N0017425sn0008 On Sam.gov States 'contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.' May You Elaborate On The Vetting Process For Access To Stump Neck Annex And Indian Head Sites?
government Response: All Contractors Will Require Dbids Enrollment Via Dbids Link (https://dbids-global.dmdc.mil/home/).
*****************************************************************************************************************************************************
amendment 1
this Amendment Is To Provide Responses To Three (3) Vendor Questions. The Statment Of Work (sow) Has Been Revised As Result Of Question #2. All Other Terms Remain Unchanged.
question 1: The Form Provided To Be Filled In For The Sources Sought Notification Appears To Be For A Construction Contract (file Name “construction+sources+sought+contractor+information+form) Instead Of A Service Contract, Which Of Course Have Very Different Requirements.
government Response: The Bonding Portion Of The Attached Form “construction+sources+sought+contractor+information+form” Is Not Required, Please Complete And Submit The Rest Of The Form Is.
question 2: Based On The Bonding Capability Section Of The Form (typically For Construction) As Well As The Experience Reference Contract Size Of Between $5,000,000 And $10,000,000, The Sources Sought Response Requirements Are Quite Different Than Would Be Expected For A Service Contract With The Scope Required For The Indian Head And Stump Neck Annex Locations. Would The Government Please Clarify?
government Response: The Sow Is Revised From “the Experience Information Provided Shall Support That You Have Completed A Contract Of The Magnitude Between $5 Million And $10 Million.” To "the Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million."
question 3: Is There An Incumbent For This Effort Or Is This A New Requirement?
government Response: No. This Is A New Requirement.
*****************************************************************************************************************************************************
description
naval Surface Warfare Center Indian Head Division (nswc Ihd) Contracting Office Sources Sought Notice. This Is A Sources Sought Notice Only. This Sources Sought Is Not A Request For Quote, Proposal, Or Invitation For Bid. This Notice Is Not A Solicitation As Defined By Far 2.101, Therefore It Shall Not Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Does It Restrict The Government To An Acquisition Approach. All Information Contained In This Sources Sought Notice Is Preliminary As Well As Subject To Amendment And Is In No Way Binding On The Government. Information Submitted In Response To This Notice Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Requesting That Restrictive Or Proprietary Markings Not Be Used In Response To This Notice. If A Solicitation Is Released, It Will Be Synopsized In Sam.gov. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought Notice. No Site Visit Will Be Conducted During A Sources Sought Period.
the North American Industrial Classification System (naics) Code For This Procurement Is 561730 - Landscaping Services, Which Has A Small Business Size Standard Of $9.5m. The Product Service Code (psc) Is S208 – Housekeeping – Landscaping/groundskeeping.
statement Of Work
locations:
nswc Indian Head, Maryland
stump Neck Annex, Maryland
the Nswc Ihd Contracts Department 026 Is Seeking Companies With Technical Expertise, Experience, Capability, And Resources To Provide Ground Maintenance And Landscaping Services.
the Scope Of This Effort Includes The Following Major Aspects That Are Part Of The Overall Service: The Contractor Shall Provide, But Not Limited To, Maintain Approximately 500 Acres Of Grounds Maintenance- Grass Cutting, Trimming, Vegetation Removal Per Service Tickets, Shrub Planting Or Removal Per Service Ticket, Hedge Planting Or Removal Per Service Ticket, Tree Maintenance, 13,000 Square Feet Of Flower Bed Maintenance, Emptying Of Outdoor Waste Containers, Cleaning Of Swales Per Service Ticket, 50’ Buffers Around All Explosive Bldgs., 6‘ Buffer Around All Lightning Masts And Debris Removal To All Properties On Board And Supported By Nswc Ihd (approximately 600 Buildings).
contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.
these Grounds And Landscaping Services Are Normally Performed During Government Regular Working Hours While The Facility Is Open For The Nswc Ihd Command And The Departments Within Nswc Ihd. The Contractor Must At All Times Maintain An Adequate Workforce Of At Least A Separate Crew For Mowers And Edgers At Both Stump Neck Annex And Indian Head Sites, For The Uninterrupted Performance Of All Tasks. Contractor Shall Provide And Maintain All Licenses, Certifications, And Permits Required By Federal And State Laws/regulations To Accomplish Services. The Contractor Shall Provide A Certified Arborist And All Personnel Applying Pesticides/herbicides Shall Be Certified By The State Of Maryland. Contractor Personnel Shall Work In A Safe Manner And Comply With All Applicable Safety Regulations. The Contractor Shall Be Subject To Safety Inspections Of Its Work Sites By The Government. All Work Performed Shall Be In Accordance With Federal, Dod, State, And Local Laws, And Installation Policies And Regulations. Proof Of Local/state Licensing Shall Be Submitted.
the Period Of Performance Shall Be For A Five (5) Year, One Base Year Of 12 Months And Four (4) 12-month Option Years, With The Mowing / Edging / Recurring Work Season Being April 1st To November 30th Of Each Year. Vegetation / Non-recurring Work Season Shall Be Year Round.
responses Should Include Specific Experience Of Grounds And Landscaping Services; Appropriate References Should Be Provided. The Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million.
submission Requirements:
interested Contractors Should Submit A Brief Capabilities Statement Package (no More Than Three (3) Single-sided Pages Or One-and-a-half (1.5) Double-sided Pages, Including Attachments, Single Spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. As Part Of Your Three (3) Page Capabilities Statement Package, Please Include The Attached Sources Sought Contractor Information Form. The Email Subject Line Shall Include Your Company Name. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Contractor’s Qualifications To Perform The Defined Work. Please Note Businesses Must Be Registered In The Sam.gov Database Prior To Submission Of An Offer To Be Eligible For Award Of Government Contracts (see Far 4.11).
respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Nswc Ihd Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. Your Response To This Notice Is Greatly Appreciated.
please Respond To This Sources Sought Notice Electronically To Russell Dobson Via Email To Russell.k.dobson.civ@us.navy.mil, No Later Than 02:00 Pm (est) On Monday, 13 January 2025.
no Telephone Calls, Hardcopies, Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Notice Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date13 Jan 2025
Tender AmountRefer Documents
HUMAN SETTLEMENTS ADJUDICATION COMMISSION REGIONAL ADJUDIC Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Date: 16 January 2025 Rfq No.: Rab13-2025-01-004 The Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii (hsac-rabxiii), Through Its Bids And Awards Committee (bac), Will Undertake Procurement For The Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 In The Sum Of One Hundred Sixty Thousand Pesos And 0/100 Only (php 160,000.00). It Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Project/ Activity/ Program Are As Follows: Project Name: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Description: One (1) Janitorial Service Personnel** Approved Budget Of Contract (abc): One Hundred Sixty Thousand Pesos (php 160,000.00)* Location: Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Specification: See Attached “annex A” Deadline Of Submission: 23 January 2025 *inclusive Of Tax ** Please Refer To The Items Indicated In “annex A” As Such, You Are Invited To Submit Your Establishment’s Sealed Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than 23 January 2025, At Exactly 10:00am At Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Or Through E-mail Address At Rab13@hsac.gov.ph. Copies Of The Following Eligibility Requirements Are Also Required To Be Submitted Along With Your Quotation/proposal: 1. Updated Mayor’s/business Permit; 2. Dti/ Sec Registration; 3. Income/business Tax Return; 4. Philgeps Registration; And, 5. Omnibus Sworn Statement Hsac-rabxiii Assumes No Responsibility Whatsoever To Compensate Or Indemnify Provider/s For Any Expenses Incurred In The Preparation Of Submission Of Proposals. The Hsac-rabxiii, Likewise, Reserves The Right To Reject Any Or All Proposals Proposal Found To Be Disadvantageous To The Government. For Any Clarification, You May Contact Mr. Gabby Rey M. Concepcion Of The Administrative And Finance Division Procurement Officer At Contact Nos. 09178350746/ (085) 817 4415 Or E-mail Address At Rab13@hsac.gov.ph. Atty. Michael P. Bajao, Cpa Chairperson, Bac Annex “a” Price Proposal/quotation Sheet Date: ______________________ The Bids And Awards Committee Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Proposal For Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 For The Hsac Rab Xiii, With The Following Details: Procurement Project: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Items/description Qty./ Unit Approved Budget For The Contract (abc)* Proposal/quotation* Janitorial Service Personnel Eight (8) Hour Day Shift Ranging From 6:00am To 6:00 Pm Monday To Friday, Who Shall Perform Janitorial Services To The Office For The Period Of Eleven Months. 1 Pax Php 160,000.00 Scope Of Work I- Scope Of Service/requirements The Manning Agency/ Service Provider Shall Provide Housekeeping/ Janitorial Services For The Hsac Rab Xiii Within The Office Premises And Shall Perform Activities To Maintain Cleanliness, Sanitation, And Orderliness Of The Office Premises, Including But Not Limited To: A. Sweeping, Scrubbing, Moping, Waxing And/or Polishing Doors, Partitions, Stairways And Other Common Areas; B. Dusting And Cleaning All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment Which Requires Maintenance; C. Spraying Of Air Fresheners And Disinfectants In All Offices Including Comfort Rooms; D. Refilling Soap Dispensers, Alcohol Dispensers And Soap Dishes, Wipes Down Stalls Replace Air Fresheners; E. Cleaning, Sanitizing And Disinfecting Of Washroom/ Toilets, Which Includes The Use Of Special Sanitization And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; F. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Necessary For Sanitization; G. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Office Premises; H. Maintaining Indoor And Outdoor Plants Within The Building Premises; I. Cleaning Grease Trap For At Least Two (2) Times Per Year; J. Errand Services As Required By Hsac Rab Xiii; K. Perform Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. Recruitment And Selection Requirement: Upon Receipt Of The Notice Of Award, The Agency Shall Submit The Brief Profile Of The Janitorial Personnel To Be Deployed To The Hsac Rab Xiii Who Shall Meet The Following Minimum Requirements: A. Filipino Citizen B. High School Graduate Or Any Of Its Equivalent Thereof; C. Physically And Mentally Fit; D. Not Less Than Twenty-one (21) Years Old Nor More Than Forty (40) Years Of Age; E. They Must Pass The Neuro-psychiatric Test Issued By A Government Accredited Psychometricians; F. Has Passed A Drug Test To Be Given By The Government Accredited Drug Testing Center; G. Has Been Cleared By The Concerned Law Enforcement Agencies, With No Previous Record Of Any Conviction Of A Criminal Offense Involving Moral Turpitude; H. Of Good Moral Character; And I. Must Be Willing To Undergo Drug Test Also When Deemed Necessary By The Agency. Ii- Janitorial Service Plan And Quotation The Quotation Shall Contain A Breakdown Of All Cost, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Janitorial Service Plan. Iii- Payment Terms Payment Shall Be Made Not Later Than Fifteen (15) Calendar Days Upon Complete Submission Of Security Agency The Following Requirements: 1. Dtr Duly Signed By The Office’s Chief Regional Adjudicator/ Supervisor/ Oic Or His Duly Authorized Representative; 2. Proof Of Previous Months’ Remittances To Sss, Philhealth And Pag-ibig, Together With Transmittal Sheet Stamped Received By The Foregoing, Certified True Copy Of A Duly Accomplished Previous Months Payroll Sheet, As Well As Such Other Relevant Documents As May Be Required By The Ps-dbm; 3. Invoice Of Billing Or Statement Of Account For The Period Covered. Iv- Period Of Contract The Period Of The Contract Will Be From February 1, 2025 To December 31, 2025 (11 Months). *total Bid/quotation Price For The Project: (inclusive Of All Taxes And Bank Charges) Terms And Conditions 1. Bidders/ Shall Submit Their Proposal Through Their Authorized Representative Using The Provided Official Forms (annex “a”). 2. Any Modifications In The Item(s) Specifications During Delivery Of Materials/equipment Is Strictly Prohibited. 3. Bidders Shall Provide Correct And Accurate Information Required In This Form. 4. All Fields With Asterisks (*) Are Mandatory And Must Be Filled Up. Failure To Provide Information On Mandatory Fields Will Disqualify Your Quotation. 5. Price Quotation(s) Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 6. Price Quotation(s), To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 7. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative(s). 10. The Hsac Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Hsac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Conforme: Signature: Name/designation Of The Authorized Representative Name Of Company/supplier: Office Address: Contact No. & Email: Date & Time:
Closing Date23 Jan 2025
Tender AmountPHP 160 K (USD 2.7 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
Cebu Technological University Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description 1. Agriculture & Fisheryy Arts 2023 1 Piece 2. Readings In The Philippine History (latest Edition) 3 Pieces 3. Mathematics In The Modern World (latest Edition) 3 Pieces 4. Teaching Mathematics In Primary Grade (latest Edition) 3 Pieces 5. Teaching Mathematics In Intermediate Grade (latest Edition) 3 Pieces 6. Teaching Science In The Elementary Grades 2024 1 Piece 7. Understanding The Self (go-monilla,a. Et Al) 2023 1 Piece 8. Understanding The Self (luna, A. Ph. L) 2023 1 Piece 9. Entrepreneurship 2022 1 Piece 10. Field Study 2 (latest Edition) 1 Piece 11. Field Study 2 (2023) 1 Piece 12. Purposive Communication (latest Edition) 2 Pieces 13. Essentials Of Purposive Communication 2023 1 Piece 14. Field Study 1 (latest Edition) 1 Piece 15. Field Study 1 2023 1 Piece 16. Fundamentals Of Programming 1st Edition 1 Piece 17. Computer Programming For Beginners And Cyber Security 1,2,3,4 (2023) 1 Piece 18. Architectural Drafting & Design (latest Edition) 2 Pieces 19. Architectural Graphics Standards (latest Edition) 1 Piece 20. Drafting Fundamentals For Entertainment Classroom 2023 1 Piece 21. Engineering Graphics Essentials W/ Autocad 2023 1 Piece 22. Architecture-form,space And Order (latest Edition) 1 Piece 23. Architectural Detailing (3rd Edition) 2023 2 Pieces 24. National Building Code Of The Philippines (2023) 1 Piece 25. Architecture 101 (latest Edition) 1 Piece 26. Visual Dictionary Of Architecture (latest Edition) 1 Piece 27. Architectural Terms (latest Edition) 1 Piece 28. Carpentry: The Complete Guide To Woodworking (latest Edition 1 Piece 29. Interior Design Masters (latest Edition) 1 Piece 30. Residential Interior Design (latest Edition) 1 Piece 31. Ultimate Electronics Practical Circuit Design & Analysis (latest Edition) 1 Piece 32. Computer Networking (latest Edition) 1 Piece 33. Modern Electronics Devices & Communication System 2023 1 Piece 34. Master's Mastery A Comprehensive Plumbing Visual Dictionary (latest Edition) 2 Pieces 35. Practical Methods On Construction Management (latest Edition) 1 Piece 36. Fundamental Of Building Construction Materials & Methods 2023 1 Piece 37. Tile Setting (latest Edition) 1 Piece 38. Fola 1 & 2 (advance Korean) 2023 2 Pieces 39. Fola 1 & 2 (korean For Beginners 3rd Edition) 2023 2 Pieces 40. Fola 1 & 2 (korean For Beginners Mastering Conversation Korean) Latest Edition 2 Pieces 41. Fundamentals Of Food Service Operation 2023 1 Piece 42. Management Of Food & Beverage Operations 2023 1 Piece 43. Organization & Management (latest Edition) 1 Piece 44. Business Finance (latest Edition) 1 Piece 45. Multicultural Diversity In Workplace For The Tourism Professional (latest Edition) 1 Piece 46. Cultural Diversity In Organization 2023 1 Piece 47. Micro Perspective Of Tourism & Hospitality 1st Edition 2023 1 Piece 48. Micro Perspective Of Tourism & Hospitality (maria Arlene Et Al) 2023 1 Piece 49. Fundamental In Food Services Operations 2023 1 Piece 50. The Bar & Beverage Handbook (latest Edition) 1 Piece 51. Bartending (the Basic Of Mixology) 2023 1 Piece 52. Cocktail Making & Bartending (latest Edition) 1 Piece 53. Tourism & Hospitality Research 2022 Edition 1 Piece 54. Research In Tourism 2023 Edition 1 Piece 55. Practical Research 1 On Quality Research (latest Edition) 1 Piece 56. Hotel Housekeeping Advance 2024 1 Piece 57. Risk Management As Applied To Safety Sanitation 2023 2 Pieces 58. Kitchen Essentials & Basic Food Preparation 2023 2 Pieces 59. Kitchen Essentials & Basic Food Preparation 2nd Edition (book W/ Dvd) 2023 1 Piece 60. Macro Perspective Of Tourism 7 Hospitality 1st Edition 2023 2 Pieces 61. Hilot: The Science Of The Anciest Filipino Healing Arts (latest Edition) 1 Piece 62. Massage Therapy, 7th Edition 2023 1 Piece 63. The Therapeutic Beauty Hilot (latest Edition) 1 Piece 64. Strategic Management In Tourism & Hospitality Industry (latest Edition) 1 Piece 65. Bread & Pastry Production (1st Edition) 2023 2 Pieces 66. Bread & Pastry Production (2nd Edition) 2023 2 Pieces 67. Foundation Of Operations Management 2024 1 Piece 68. Strategic Operations Management 2nd Edition 2024 1 Piece 69. Advanced Production & Operations Management 2024 1 Piece 70. Operations Management In Hospitality & Tourism Business 2023 1 Piece 71. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 72. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 73. Operations Management (latest Edition) 1 Piece 74. Operations Management & Total Quality Management 2023 1 Piece 75. Industrial/organizational Psychology & Applied Approach 8th Edition 2023 1 Piece 76. Industrial/organizational Psychology 6th Edition 2023 1 Piece 77. Entrepreneurial Mind (latest Edition) 1 Piece 78. Entrepreneurial Mindset (latest Edition) 1 Piece 79. Industrial Management (latest Edition) 1 Piece 80. Gender & Society W/ Peace Education Towards An Inclusive Higher Education Perspective 2023 1 Piece 81. Gender & Society (latest Edition) 1 Piece 82. Environmental Science (latest Edition) 1 Piece 83. Fundamentals Of Environmental Science 2023 1 Piece 84. Environmental Science Protect Our Planet 2nd Edition 2023 1 Piece 85. The Contemporary World 2nd Edition 2023 1 Piece 86. The Contemporary World Obe Based (latest Edition) 1 Piece 87. The Contemporary World 2024 1 Piece 88. The Child & Adolescent Learners & Learning Principles, Obe & Ppst Based-prof. Ed 2023 1 Piece 89. A Course Module For Child & Adolescent Learners & Learning Principles 2023 1 Piece 90. Teaching Profession 1st Edition 2023 2 Pieces 91. The Teaching Profession 4th Edition 2023 2 Pieces 92. Teaching Profession Passion & Mission 2nd Edition 2023 1 Piece 93. The Life & Work Of Jose Rizal-obe Based (latest Edition) 1 Piece 94. Jose Rizal; Social Reformer Patriot A Study Of His Life & Times 1 Piece 95. Kontekstwalisadong Komunikas Sa Filipino 2nd Edition 2023 1 Piece 96. Kontekstwalisadong Komunikas Sa Filipino 2023 1 Piece 97. Living In The Information Technology Era (latest Edition) 1 Piece 98. Living In The Information Technology Era (jr.romina,r.caoili-tayuan) 2023 1 Piece 99. Teaching Arts In Elementary Grade 2023 1 Piece 100. Masonry Design Principles & Practices 2023 1 Piece 101. Complete Book Of Carpentry 2023 1 Piece 102. Physical Activity Towards Health & Fitness 1 (latest Edition) 2 Pieces 103. Path-fit 2 (combative Sports & Outdoor Recreational Act) Latest Edition 3 Pieces 104. Path-fit Dance 2023 3 Pieces 105. Path-fit 4 (menu Of Sports) 2023 3 Pieces 106. Physical Education & Health Aquatic (basic Swimming & Mountaineering) 2023 2 Pieces 107. Physical Education 1 Introduction To Gymnastics (latest Edition) 2 Pieces 108. Teaching P.e & Health In Elementary Grades 2023 2 Pieces 109. Food Service Management 2023 3 Pieces 110. Cookery (home Economics) 2023 3 Pieces 111. Fundamental In Food Service Operations (latest Edition) 3 Pieces 112. Technology For Teaching & Learning 1 2023 3 Pieces 113. Fundamentals Of Carpentry Work (latest Edition) 3 Pieces 114. Cookery (exploratory Course) 2023 2 Pieces 115. Practical Research 1 2023 3 Pieces 116. The Teacher & The School Curriculum 2023 3 Pieces 117. Curriculum Development 2023 3 Pieces 118. Curriculum Development A Guide For Teachers & Students (latest Edition) 3 Pieces 119. Home Economics Literacy (latest Edition) 3 Pieces 120. National Service Training Program 2023 2 Pieces 121. Advance Electrical Plumbing With Cad (latest Edition) 1 Piece
Closing Date6 Feb 2025
Tender AmountPHP 117.1 K (USD 2 K)
ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender
Others
Philippines
Details: Description Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003) - Lot 1 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of Two Hundred Twenty Thousand Pesos Only (php 220,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 11, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003) - Lot 1 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Reforming Aricultural: Employment Generation And Poultry Reduction/ Stokes/ 2023 2. 1 Pc Sensor Application In Managing Lu-season Crop Variability/ Uwera/ 2021 3. 1 Pc Urban Horticulture/ Bhanot/ 2021 4. 1 Pc Agriculture Innovation Systems In Asia/ Singh/ 2021 5. 1 Pc Production Technology Of Fruit Crops/ Patil/ 2022 6. 1 Pc Agriculture And Food Technology In Human Life/ Singh/ 2023 7. 1 Pc Agricultural Technology And Land Development Machinery/2022 8. 1 Pc Vegetables Crops Breeding/ Mulge/ 2021 9. 1 Pc Impact Of Globe Climate Change On Agricultural Productivity/ Miller 10. 1 Pc Herbicides And Weed Control/ Jhala/ 2021 11. 1 Pc Biotechnology For Food, Agriculture And Environment 12. 1 Pc Introductory Crop Science/ Ingram/ 2023 13. 1 Pc Crop Diseases Management: Principles And Practices/ James/2023 14. 1 Pc Remote Sensing And Gi's Application In Crop Mapping/ Khosravi/ 2024 15. 1 Pc Crop Production: Techniques And Technology/ Ingram/ 2023 16. 1 Pc Agricultural Implements And Machinery/ 3g E-learning/ 2023 17. 1 Pc Engineering Tolerance In Crop Plants Against Abiotic Stress/ 2022 18. 1 Pc The Latest Technologies In Agriculture And Plant Sciences: Improved Techniques, Methods, And Yields/ Fouda/ 2023 19. 1 Pc Role Of Biotechnology In Exploring And Protecting Agricultural Genetic Resources/ Ferry/ 2023 20. 1 Pc Integrated Farm Management For Sustainable Agriculture/ Recus/ 2024 21. 1 Pc Shelf-life Studiesin Food Science/ Marotirao/ 2023 22. 1 Pc Effects Of Food Processing On Bioactive Compounds/ Sharma/ 2023 23. 1 Pc Food Production And Processing/ Prakash/ 2020 24. 1 Pc Food Flavors: Generation, Analysis And Process Influence/ Kele/ 2022 25. 1 Pc Food Containing Genetically Modified Material/ Prakash/ 2023 26. 1 Pc Land Policy And Farm Management In Agriculture/ Brown/ 2023 27. 1 Pc Agriculture Trade And Marketing/ Wafullah/ 2023 28. 1 Pc Farm Management/ Kay/ 2024 29. 1 Pc Sustainable Use Of Agricultural Biodiversity In Nanotechnology/2023 30. 1 Pc Agriculture: Science And Technology/ Joseph/ 2022 31. 1 Pc Biointensive Integrated Pest Management In Horticultural Ecosystem/ Singh/ 2023 32. 1 Pc Horticulture Farming/ Kumar/ 2023 Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003)-lot 2 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty Thousand Pesos Only (php 140,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 10, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003)-lot 2 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Introduction To Molecular Biology Of Cell, Miller Bennett, 1666867241, C2024 2. 1 Pc Molecular Biology, Melton Vanessa, 1647403359, C2023 3. 1 Pc Psychology Of Human Sexuality, The \3ed., Lehmiller, 1119883954, C2024 4. 1 Pc Genetics: Analysis And Principles \8ed., Brooker, Robert 1266135170, C2024 5. 1 Pc Chemistry \10ed., Silbergberg, 1266222839, C2024 6. 1 Pc Biochemistry \10ed., Berg Jeremy, 1319498507, C2023 7. 1 Pc Events Management \4ed. Bowdin Glenn, 0367491842, C2024 8. 1 Pc Basic Knowledge Of Bartending, 3g, 1984685473, C2024 9. 1 Pc Basic Knowledge Of Front Office Management, 3g 1984685538, C2024 10. 1 Pc Basic Knowledge Of Housekeeping, 3g, 1984685503, C2024 11. 1 Pc Basic Knowledge Of Restaurant Service, 3g, 198468549x, C2024 12. 1 Pc Basic Knowledge Of Room Service, 3g 1984685481, C2024 13. 1 Pc Managing Operations Across The Supply Chain \5ed., Swink Morgan, 1266229779, C2024 14. 1 Pc Essentials Of Marketing \18ed., Cannon Joseph 1266124985, C2024 15. 1 Pc Biological Engineering For Pest Manangement, Anderson,1666867675, C2024 16. 1 Pc Biotechnology: Protection And Agricultural Genetic, Ferry Shad, 1666868868, C2024 17. 1 Pc Computer-based Study For Plant Pathology And Pannell, Chris 1666867667, C2024 18. 1 Pc Tissue Culture Techniques In Horticulture Crops, Turcotte, 1666869015, C2024 19. 1 Pc Mechanism Of Abiotic Stress Tolerance In Crop Plants, Jonathan, 1666869015, C2024 20. 1 Pc Management Of Pest And Soil In Horticulture Crops, Casper Raoul, 1666870773, C2024 21. 1 Pc Principles Of Marketing For A Digital Age \2ed. , Tuten Tracy L., 1529779790, C2024 22. 1 Pc Textbook Of Pest Control In Vegetable Crops, Wunsch Jake, 1666868531, C2024 23. 1 Pc Transgenic Technological Advances In Farmed Animals, Turner Taylor, 1666868663, C2024 24. 1 Pc Role Of Genetic Engineering In Insect Pest Management, Hatfield Henry, 1666867179, C2024 25. 1 Pc Agriculture Genetic Engineering For Crop Improvement , Avery Mark, 1666867217, C2024 26. 1 Pc Green Manuring: Approach For Soil Fertility Improvement, Treutel, Blaze, 1666870749, C2024 27. 1 Pc Plant Anatomy And Characteristics Of Soil & Water, Schamberger, 1666870838, C2024
Closing Date11 Feb 2025
Tender AmountPHP 360 K (USD 6.2 K)
PUBLIC BUILDINGS SERVICE USA Tender
Machinery and Tools
United States
Details: This Is Not A Request For Proposal
this Announcement Is Open To All Business Concerns.
the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741.
this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025.
project Information
this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform.
the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed.
the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following:
division 1 – General Requirements
outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish.
division 2 – Existing Conditions
details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process.
remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers.
division 3 – Concrete
all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete.
contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint.
division 23 – Heating, Ventilation, And Air Conditioning
the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards.
chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings
water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal.
thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal.
division 25 – Integrated Automation
covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components.
contractor Shall Abide And Adhere To All Gsa Bas Requirements.
division 27 – Communications
the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems.
equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide.
potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings).
procurement Information
this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.).
the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis.
gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials.
submission Instructions For Interested Firms
construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here.
to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed.
interested Firms Are Invited To Respond To This Notice By Providing The Following Information:
provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business.
provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics.
provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity.
provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation.
provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible.
construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”.
suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.”
expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa.
by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act.
all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized.
note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements.
period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops).
1-3 Months
4-6 Months
7-8 Months
please Clearly Identify The Lead Time For Each Chiller As Well.
location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.
Closing Date21 Jan 2025
Tender AmountRefer Documents
831-840 of 848 archived Tenders