Interior Tenders
Interior Tenders
Jharkhand Urja Sancharan Nigam Limited - JUSNL Tender
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date17 Mar 2025
Tender AmountINR 3.2 Million (USD 37.5 K)
Description: Installation Of Cable Tray With Support Hanger In Main And Side Cable Trenches With Interior Renovation Of Cable Trenches At 132/33 Kv Gss, Golmuri
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Wisconsin city: Fond Du Lac delineated Area: n: Winnebago Dr. To Scott St. e: Route 151 To Route K s: Route 45 To Route 151 w: Interstate 45 minimum Sq. Ft. (aboa): 5,874 Aboa Sf maximum Sq. Ft. (aboa): 6,168 Aboa Sf space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 10 Years / 120 Months firm Term: 5 Years / 60 Months option Term: N/a additional Requirements: space Should Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities. all Continuous Space. First Floor Preferred, If 2 Floors, Require Minimum 2 Elevators space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. columns Must Be At Least 20 Feet Apart (center To Center) And 20 Feet From Any Interior Wall. twenty-five (25) Unreserved Parking Spaces For Employees And Visitors. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received,which Must Also Be Submitted Prior To Theexpression Of Interests Due Date. in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As Provided As Part Of The Rental Consideration. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. ************************************************************************************************ the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In [city, State], That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: March 14, 2025 market Survey (estimated): Week Of March 17, 2025 occupancy (estimated): 2/22/2026 send Expressions Of Interest To: name/title: John Mazza, Vice President Cbre office Phone: 414 274 1627 cell Phone: 414 750 1275 email Address: John.mazza@cbre.com government Contact Information lease Contracting Officer: Rhonda Rogers broker: Christy Sebring
Housing And Urban Development Department - HAUDD Tender
Paints and Enamels
GEM
India
Closing Soon8 Mar 2025
Tender AmountINR 1 Million (USD 11.4 K)
Description: CATEGORY: Professional Painting Service - wall metal cemented items;
wall painting interior exterior; walls barricades dustbins etc,
Barricades
City Of Dumaguete Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 2.2 Million (USD 38.7 K)
Details: Description Republic Of The Philippines City Of Dumaguete Bids And Awards Committee Invitation To Bid For The Job Order: Construction/rehabilitation Of Barangay Multi-purpose Buildings In Various Barangays – Completion Of The Construction Of Barangay Multi-purpose Hall Building At Barangay Piapi The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: Job Order: Lumpsum, P2,245,743.57 Scope Of Works: I. General Requirements A. Provisions For Project Billboards/signages B. Occupational Safety And Health Program C. Provision For Progress Photographs D. Mobilization/demobilization Ii. Excavation Works A. Excavation For Stair Footing B. Excavation For Septic Tank Iii. Concrete And Masonry Works A. Hauling Of Debris Present On The Western Side Of The Building B. Construction Of Septic Tank C. Construction Of Catch Basins D. Plastering Of Existing Beams And Columns At The 2nd Floor And Roof Deck E. Construction Of Stair Footing F. Construction Of Stair Column With Plain Cement Plastering G. Construction Of Stair – 1 And Stair – 2 With Plain Cement Plastering H. Construction Of Chb Walls With Plain Cement Plastering I. Construction Of Kitchen Sink At Second Floor With Plain Cement Plastering J. Construction Of Parapet At Roof Deck With Plain Cement Plastering Iv. Steel And Roofing Works A. Fabrication And Installation Of Railings Of Stair – 1 And Stair – 2 B. Fabrication And Installation Of Fire Exit Steel Stair C. Fabrication And Installation Of Parapet Railings D. Fabrication And Installation Of Balcony Railings E. Fabrication And Installation Of Stair Canopy V. Carpentry Works A. Installation Of Ceiling Boards And Frames At Second Floor And Ground Floor (below Second Floor Comfort Rooms Only) B. Installation Of Partition Walls Above Glass Partitions Using Fiber Cement Board And Metal Studs As Frames At Second Floor C. Installation Of Wooden Doors With Wooden Jambs (3 Units) D. Installation Of Pvc Doors With Complete Accessories (3 Units) E. Fabrication And Installation Of Under-sink Cabinet At Second Floor F. Purchase Of Office Tables (120cm X 60cm) (7 Units) Vi. Tile Works A. Installation Of 0.60m X 0.60m Ceramic Floor Tiles On Conference Hall, Waiting Area, Vawc Office Barangay Caption’s Office And Terraces (unglazed) B. Installation Of 0.40m X 0.40m Ceramic Tiles On Comfort Rooms Wall Height = 1.80m Floor: Unglazed Walls: Glazed C. Installation Of 0.60m X 0.60m Ceramic Tiles On Kitchen Counter Top And Backsplash (glazed) Vii. Painting Works A. Painting Of Stair – 1 / Stair – 2 Railings B. Painting Of Fire Exit Steel Stair C. Painting Of Parapet And Balcony Railings D. Painting Of Beams, Columns, Interior, Exterior, Partitions And Parapet Walls E. Painting Of All Newly Installed Ceilings F. Painting Of Under-sink Cabinet Viii. Glass Works A. Fabrication And Installation Of Double Sliding Windows Using ¼” Thick Clear Glass With Aluminum Analok Frame (8 Units) B. Fabrication And Installation Of Awning Windows Using ¼” Thick Bronze Glass With Aluminum Analok Frame (5 Units) C. Fabrication And Installation Of Fixed Glass Wall Panels Using ¼” Thick Bronze Glass With Aluminum Analok Tubular Frame (12 Units) D. Fabrication And Installation Of Pivotal Double Glass Doors Using ¼” Thick Bronze Glass With Aluminum Analok Frame (3 Units) E. Fabrication And Installation Of Pivotal Glass Door Using ¼” Thick Bronze Glass With Aluminum Analok Frame (1 Unit) Ix. Plumbing Works A. Installation Of Plumbing Rough-ins And Fixtures X. Electrical Works A. Installation Of Electrical Rough-ins And Fixtures Purpose: Construction/rehabilitation Of Barangay Multi-purpose Buildings In Various Barangays – Completion Of The Construction Of Barangay Multi-purpose Hall Building At Barangay Piapi Approved Budget For The Contract: Php2,245,743.57 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For Job Order: Lumpsum For Construction/rehabilitation Of Barangay Multi-purpose Buildings In Various Barangays – Completion Of The Construction Of Barangay Multi-purpose Hall Building At Barangay Piapi. Bidders Should Have Completed And/or Accepted, Within 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 Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty (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 And Subject To Commonwealth Act 138. Interested Bidders Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From February 24, 2025 To March 18, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents February 24, 2025 2. Pre-bid Conference March 06, 2025, 10:00 A.m. 3. Submission And Opening Of Bids March 18, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than March 18, 2025 And Bid Opening Shall Be On Tuesday, March 18, 2025 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, February 21, 2025 Atty. Camelo D. Pidor, Jr. Chairman
BUREAU OF RECLAMATION USA Tender
Civil And Construction...+1Others
United States
Closing Soon7 Mar 2025
Tender AmountRefer Documents
Details: Sources Sought For Subsurface Utility Investigationnaics And Size Standard: 561990 - All Other Support Services, $16.5 Mil. Classification Code: S - Utilities And Housekeepingthis Is Not A Request For Proposals, Quotations Or Bids. This Is A Sources Sought. The U.s. Bureau Of Reclamation (reclamation), Interior Region 8: Lower Colorado Basin, Seeks To Determine The Availability And Adequacy Of Potential Sources To Support Acquisition Of The Requirements Stipulated Below. All Qualified Concerns May Submit Capability Statements For Consideration. All Small Businesses To Include Small Business, Small Disadvantaged Business, Certified 8(a), Indian Small Business Economic Enterprise (isbee), Certified Hub Zone, Women-owned Small Business (wosb), Economically Disadvantaged Women-owned Small Businesses (edwosb) And Service-disabled Veteran-owned (sdvosb) Are Strongly Encouraged To Provide Timely Response To This Announcement. A Response To This Announcement Is Necessary In Order To Assist Reclamation In Determining The Potential Levels Of Interest, Adequate Competition, And The Technical Capability To Provide The Required Services. The Capability Statements Will Be Used To Determine Appropriate Procurement Strategy; In Particular, Whether A Set-aside Is Warranted. Capability Statements Received May Also Be Reviewed To Determine The Technical, Administrative, Management, And Financial Capability Of Such Offerors To Perform This Type Of Work. Because This Sources Sought Is For Informational/market Research Purposes Only, The Government Will Not Pay For Any Material Provided In Response To This Market Survey Nor Return The Data Provided. This Notice Is Not A Request To Be Placed On A Solicitation Mailing List Nor Is It A Request For Quote (rfq) Or An Announcement Of A Solicitation. Reclamation Is Seeking Sources To Locate All The Utilities From Existing Vault V5 To New Vault V10 Located On Colorado Street In The City Of Boulder City (bc), Nevada. The Description Of Anticipated Work Is As Follows:the Purpose Of This Work Is To Locate All Underground Utilities From Existing Vault V5 To New Vault V10. The Coordinates With Elevations Of Utilities Are Required. This Includes Elevations At The Top Of The Surface And Top Of Exposed Utilities. The Exception Could Be The 21-inch Snwa Pipe And The 20-inch Bc Water Line. These Pipes Are Probably Encased With Controlled Low Strength Material (clsm). In That Case, The Top Elevation Of The Clsm For Each Protected Pipe Is Only Required. It Is Important To Avoid Damaging The Protective Clsm Surrounding The Pipes.the Method Of Excavation Shall Be Hydro Excavation. The Contractor Shall Repair The Excavated Holes With Materials Approved By Bc.the Contractor Shall Coordinate With Bc To Obtain All Necessary Permits And Plans To Do The Work. This Will Include At A Minimum, A Traffic Control Permit And Plan, Etc. To Include Any Traffic Control Plans And Personnel To Protect The Workers Doing The Investigative Work. The Contractor Shall Provide A Traffic Control Team To Coordinate The Work With The Actual Team Doing The Work. Traffic Must Be Allowed To Progress On The Street While Work Occurs. One Lane Of Traffic Should Be Always Open.other Requirementsthe Contractor Shall Coordinate The Work Through The Contracting Officer¿s Representative And The Contacting Officer. In Addition, The Contractor Shall Coordinate With The Southern Nevada Water Authority And The Bc. Both Utilities Require A Representative On Site To Witness The Work That Affects Their Respective Pipelines.at A Minimum The Contractor Shall Provide A Report With The Following:1. the Utility Pipe Found With Any Information Regarding The Size, Type, And Owner.2. the Location Of The Pipe.3. the Elevation Of The Pipe.4. the Depth Underground With Elevation.5. photos Of Utilities Discovered In The Field.6. any Other Information That Would Be Useful And Included In A Standard Report. Interested Parties Should Provide A Description Of: - Your Experience Performing Work Similar In Type And Scope To The Work In This Announcement Within The Last Five Years. The Evidence Should Include: Contract Numbers, Project Titles, Dollar Amounts And Points Of Contacts With Telephone Numbers For Similar Scope And Complexity Turnkey Projects Completed Or Substantially Completed Within The Last Five Years. Detail Collaboration Efforts And Role Of Interested Party And Collaborating Subcontractors. Please Do Not Include More Than Three Past Projects.interested Parties Should Also Include The Following Information In Their Response: - Business Name, Address, Cage Code, Size Classification Based On Naics Size Standard, Socioeconomic Classification (i.e. Sdvosb, Small Disadvantaged Business, Ed/wosb, Hubzone And/or 8(a)) - Point Of Contact Including Name, Title, Phone Number, And Email Address All Interested Parties Are Encouraged To Respond To This Sources Sought With All Requested Information Via E-mail To Jgarcia@usbr.gov No Later Than 5:00 P.m. Et On Friday, March 7, 2025. The Information Provided In This Sources Sought Is The Only Information The Government Has Available At This Time. Questions Concerning The Sources Sought Should Be Directed To Jennifer Garcia Via E-mail At Jgarcia@usbr.gov.system For Award Management (sam), As Required By Far 4.1102, Will Apply To Any Resulting Procurement. Prospective Contractors Must Be Registered In Sam At The Time An Offer Or Quotation Is Submitted. Lack Of Registration In The Sam Database May Make An Offeror Ineligible For Award. Information On Sam Registration Can Be Obtained At The Following Web Address: Https://www.sam.gov.
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 7.8 Million (USD 136.1 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-42 (id No. Bt-25-goods-mcra-51123-0005) (id No. Bt-25-goods-mcra-51123-0003) (id No. Bt-25-goods-mcra-51123-0004) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Mcra- 2025 Current Fund Intends To Apply The Sum Of Seven Million Eight Hundred Ninety-seven Thousand Nine Hundred Ninety Pesos Only (p7,897,990.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Agricultural Machinery And Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Per Lot (see Attached Terms & Conditions And Drop-off Points) Upon Receipt Of Ntp. Bidders Should Have Completed, Within Two (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. Qty Uom Item Description Unit Cost Total Cost Supply And Delivery Of Agricultural Machinery And Supplies Agricultural Machinery 9 Units Lot 1. Rotary Tilling Walking Type Agricultural Tractor (multicultivator) 300,000.00 2,700,000.00 Technical Specifications: 1.tiller/cultivator 2. Rated Power A. Diesel/gasoline: Minimum, 9 Hp 3. Continuous Power: Minimum 85% Of Rated Power 4. Starting System, Rope Recoil/electric Starter 5. Transmission: Gear Type 6. With Forward And Reverse 7. With Turning Clutch/pivot Assist 8. Implement And Accessories Included: A. Three (3) Sets Of Blade I. Cultivator Blades Ii. One Pair Deep Trench Forming Knives Iii. One Piece Forming Knives/hilling Up Blades B. Metal Wheel C. Belt Guard/cover D. Mudguard E. Brand New And Compatible Lugged Tires 9. With Original Equipment Manufacturer Manual (oem) 10. Performance Requirements: A. Actual Field Capacity: 0.125 Ha/hr, Minimum B. Fuel Consumption: 2.5 Liters/hr, Maximum C. Noise Level: 92 Db(a), Maximum D. Peak Transmission Efficiency (axle-rotary Type): 80% Minimum 11. With Reflectorized 9 Units Da-amia Logo 3"x3" All Weather Resistant 12. With The Following Standard Heavy Duty Tools And Accessories: A. Open Wrench Set B. Adjustable Wrench (12") C. Grease Gun D. Philips And Flat Screw Driver E. Roll Up Tools Holder F. Provide Personalized/ Fitted Material (water Resistant) For Covering G. With Personal Protective Equipment (minimum Of 3 Sets Each) I. Dust Mask Ii. Earmuff Iii. Eye Protection (safety Goggles) Iv. Hand Gloves K. Provide With Electric Driven Power Sprayer/ Pressure Washer Automatic Type L. Provide With Extra 2 Liters Engine Oil 13. Must Conform To Paes 346:2022 14. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 2 Units Lot 2: Cassava Chipper 240,000.00 480,000.00 Technical Specifications: 1. Output Capacity: 3 Tons/hr, Minimum 2. Prime Mover: 2hp Electric Motor Or 8hp Engine, Minimum 3. Chipping Mechanism: Flywheel Type 4. Cutting Blade: Replaceable And Made High Tensile Stainless 5. Fuel Consumption: 2.5lit/hr, Maximum 6. Noise Level Db (a), Maximum For 6 Hours Continuous Operation 7. With Basic Tools And Accessories In Each Unit A. Three (3) Pcs Open Wrenches B. One (1) Pc Hilips And Flat Screw Driver C. One (1) Pc Adjustable Wrench (12”) D. One (1) Pc Rubber Hammer E. Three (3) Sets Earmuffs F. Three (3) Pcs Dust Masks G. Three (3) Pcs Hand Gloves H. Three (3) Pcs Safety Goggles I. One (1) Spare V-belt (compatible To The Unit) 8. Provide Personalized/ Fitted Material (water Resistant) For Covering 9. Provide Reflectorized And Water Resistant Da-amia Logo (6” X 6”) 10. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 1 Unit Lot 3: Cassava Grater 200,000.00 200,000.00 Technical Specifications: 1. Prime Mover: 2-2.5 Kw Electric Motor, Minimum 2. Single Phase At 220 V 3. Grating Recovery: 94% Min 4. Grating Efficiency: 90%, Min 5. Noise Level (db): 95 At 4 Hours Per Day Operation 6. Input Capacity: 250 Kg/hr Minimum 7. Conform To Paes 249:2018 8. Material: Parts That Are In Direct Contact To The Raw Material Shall Be Made Of Corrosion Resistant And Foodgrade Materials In Compliance To The Food Safety Standards. 2 Units Lot 4: Cassava Granulator 500,000.00 1,000,000.00 Technical Specifications: 1. Output Capacity: 4 Tons/hr, Minimum 2. Granulating Recovery: 99%, Minimum 3. Particle Size: A. Fresh: 10-12mm B. Dried: 8-10mm 4. Prime Mover: 8hp Diesel Or Gasoline Engine, Minimum A. Atleast 80% Continuous Power For Gasoline B. Atleast 85% Continuous Power For Diesel Engine 5. With Basic Tools And Accessories In Each Unit A. Three (3) Pcs Open Wrenches B. One (1) Pc Hilips And Flat Screw Driver C. One (1) Pc Adjustable Wrench (12”) D. One (1) Pc Rubber Hammer E. Three (3) Sets Earmuffs F. Three (3) Pcs Dust Masks G. Three (3) Pcs Hand Gloves H. Three (3) Pcs Safety Goggles I. One (1) Spare V-belt (compatible To The Unit) 6. Provide Personalized/ Fitted Material (water Resistant) For Covering 7. Provide Reflectorized And Water Resistant Da-amia Logo (6” X 6”) 8. Conform To Paes 245: 2018 9. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 19 Units Lot 5: Grass Cutter 20,000.00 380,000.00 Minimum Specifications: Engine Type: Gasoline, Air-cooled, 4-stroke, Single Cylinder Displacement: 35.8 Cc Power: 0.9kw/7500(1.2hp) Fuel Tank Capacity: 0.63l Oil Tank Capacity: 0.1l Working Pole Length: 1650mm Balde: Metal Blade 10 Units Lot 6: Pump And Engine Sets (pisos) 49,999.00 499,990.00 Technical Specifications For Vegetables: 1. Engine: A. Air-cooled B. Gasoline Fueled C. Single Cylinder:4 Stroke D. Direct Injection E. Prime Mover: Output Ranges To 5-6 Hp F. Fuel Consumption 2li/hr,maximum G. Starting System, Rope Re-coil 2. Pump Specifications A. 2"x 2" Centrifugal , Self Priming B. Suction Lift At Least 5 Meters C. Total Dynamic Head Of Not Greater Than 20m (coupled) D. Maximum Pump Discharge Not Less Than 7 Lps E. Pump Casing-aluminum Direct Cast F. Semi-open Cast Iron Impeller G. Power Transmission: Closed Coupled And Mounted On Steel Base With Handle For Easy Handling 3. Accessories And Fittings A. Engine Tool Kit (1 Set) B. Strainer (1 Pc) C. Hose Band (3 Pcs) D. 1,000 Liters Capacity Plastic Container With Aluminum Framing And Appropriate Fittings To Connect The Tank To The Discharge Pipe. Provide Also Tank Platform (see Proposed Platform Plan). F. 1 Pc 2" Diameter By 6m Suction Hose With Camlock (flexible Reinforced Rubber Hose) G. 1 Pc 2" Diameter Ball Valve, Cast Iron H. 5 Pcs 2" Diameter Standard 90 Degree Hdpe Elbow I. 1 Pc 2" Diameter Foot Valve (cast Iron/combination Of Cast Iron And Hdpe Plastic) J. Open Wrench Set K. Adjustable Wrench (12") L. Grease Gun M. Philips And Flat Screw Driver N. Roll Up Tools Holder O. Provide Personalized/ Fitted Material (water Resistant) For Covering P. With Personal Protective Equipment (minimum Of 3 Sets Each) Ii. Earmuff Iii. Eye Protection (safety Goggles) Iv. Hand Gloves Q. Provide With Extra 2 Liters Engine Oil 4. Must Confirm To Paes 114:2000 5. Provide Reflectorized And Water Resistant Da Logo (4" X 4") 6. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 10 Units Lot 7. Stainless Tank 20,000.00 200,000.00 A. Tank Capacity: 200l 22 Units Lot 8. Stainless Water Tank 20,000.00 440,000.00 A. (cylinder) - Stainless Steel ; B. Vertical; 1000l Capacity; C. Non-toxic; D. Food Grade 5 Units Lot 9. Chest Freezer With Avr 60,000.00 300,000.00 Technical Specifications: 1. Capacity: 18 Cu.ft, Min 2. Power: Minimum Of 330 Watts 3. Hd Inverter And Energy Efficient 4. Glass Top/ Solid Top 5. Function: Dual (chiller And Freezer) 6. Defrost System: Manual Or Automatic 7. With Minimum 2 Grips Handle And 2 Wire Baskets 8. With Roller/wheels 9. Interior Must Be Galvanized/aluminum 10. With Atleast 2 Years Warranty 5 Units Lot 10 - Electric Meat Grinder 40,000.00 200,000.00 1. Stainless Steel; 2. Easy To Clean; 3. Heavy Duty 5 Units Lot 11 - Electric Meat Slicer 20,000.00 100,000.00 1. Stainless Steel, 2. Adjustable Thickness Of Slices/cuts; 3. Serrated Blade; 4. Easy To Clean; 5. Durable And Heavy Duty Agricultural Supplies Lot 12: 1,398,000.00 39 Roll Uv Film - 110" X .005" X 150m; Polyethylene; 150 Micron Thickness 25,000.00 975,000.00 60 Roll Plastic Mulch - 1.2 Width X 400m; 25 Microns Thickness 7,050.00 423,000.00 Terms And Conditions: For Lot 1-5: A During The Opening Of Bids, Bidders Shall Submit: 1. Certificate Of Distributorship From The Manufacturer; 2. Certificate Of Accredited Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary; 3. Namdac Certificate Of Accreditation; 4. Permit To Operate From Bafe; 5. Section Vii (technical Specifications) Of The Bidding Document, Which Must Be Signed And Sealed By Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; 6.valid Amtec Test Reports: I. Engine Rotary Tilling Walking Type Agricultural Tractor (multicultivator) Coupled W/ The Offered Engine Ii. Cassava Chipper Iii.cassava Grater Iv.cassava Granulator 7. Warranty Certificate For The Machinery And Equipment Being Offerred: A. Minimum Of 1 Year For Engine From Date Of Acceptance B. Minimum Of 1 Year On Parts And Services From Date Of Acceptance. B During Post-qualification: 1. The Bidder Shall Submit Certificate Of Conformity From Bafe In Compliance To Da-memorandum Circular No. 30 Series Of 2020, I. Rotary Tilling Walking Type Agricultural Tractor (multicultivator) I. Cassava Grater I. Cassava Granulator 2. Submit Certificate Of Availability Of Stocks & Certainty Of Delivery Within The Delivery Period Stated. C Winning Bidder/s Shall: 1. Deliver Genuine, Unaltered, And Brand New Units; 2. Conduct Necessary Training, After Complete Delivery Of The Items, For The Operation And Maintenance Of The Equipment And Provide Copies Of The Training Module; 3. Deliver The Items Per Lot Upon Receipt Of Notice To Proceed (ntp), See Attached List Of Delivery Points: I. Lots 1 : 40 Calendar Days Ii. Lots 2,3,4 & 5 : 30 Calendar Days Per Lot 4. Shoulder The Delivery And Handling Cost To The Specified Drop-off Point, Materials For Testing, Fuels (if Applicable), Oils (if Applicable) And Other Necessary Requirements; 5. Inform The End-user And The General Services Section Seven (7) Calendar Days Prior To Schedule Of Delivery; D Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; E Payment Scheme; A. 100% Payment Shall Be Made Upon Complete Delivery, Inspection, Testing (test Report With Acceptable Rating), After The Conduct Of Training In The Operation And Maintenance Of The Machines And Equipment; And Acceptance Per Lot; F Winning Bidder/s Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. For Lot 6-11: A. During The Opening Of Bid, Bidders Shall Submit: For Lot 6 1. Certificate Of Distributorship From The Manufacturer; 2. Certificate Of Accredited Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary; 3. Namdac Certificate Of Accreditation; 4. Permit To Operate From Bafe; 5. Section Vii (technical Specifications) Of The Bidding Document, Which Must Be Signed And Sealed By Licensed Agricultural Engineer/agricultural And Biosystems Engineer; 6. Valid Amtec Test Reports For Pump Set; 7. Warranty Certificate For The Machinery And Equipment Being Offered; A. Minimum Of 1 Year For Engine From Date Of Acceptance, And; B. Minimum Of 1 Year On Parts And Services From Date Of Acceptance. B. Winning Bidder/s Shall: 1. Deliver Genuine, Unaltered And Brand New Units 2. Conduct Necessary Training, After Complete Delivery Of The Items And Provide Copies Of The Training Module; 3. For Lot 6; A. Deliver & Install To The Specified Drop-off Point. See Attached For Lot 7-11; B. Deliver The Items Within 20 Calendar Days Per Lot. To The Specified Drop-off Point After Inspection Of Da-rfo8 Authorized Personnel For The Suppliers Warehouse. 4. Shoulder The Delivery And Handling Cost To The Specified Drop-off Point, Materials For Testing, Oils, Fuels And Other Necessary Requirements; 5. Inform The End-user And The General Services Section Seven (7) Calendar Days Prior To Schedule Of Delivery, And; 6. (for Lot 6) Should There Any Changes Of The Platform Plan, A Shop Drawing Shall Be Submitted Not Later Than 10 Days Upon The Receipt Of Po And Is Subject For Approval Of Da-rfo8. C. Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of Undelivered Items; D. Payment Scheme; A. 100% Payment Shall Be Made Upon Complete Delivery, Inspection, Testing (test Report With Acceptable Rating), After The Conduct Of Training In The Operation And Maintenance Of The Machines And Equipment; And Acceptance Per Lot; E. Winning Bidder/s Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment; For Lot 12: A. During The Opening Of Bids, Bidder Shall Submit: 1. Notarized Affidavit Of Stock Sufficiency From The Source (at Least 50% On-hand And The Remaining 50% Within The Delivery Period); B. The Winning Bidder Shall: 1. Deliver Genuine, Good Condition And Brand New Items; 2. Inform The End-user At Least Seven (7) Working Days Before The Scheduled Date Of Delivery; 3. Deliver Items Based On The Schedule Of Delivery And Designated Drop-off Points (separate Attachment); 4. Conform Upon Notice To Any Changes In The Delivery Schedule Due To Unforeseen Circumstances; 5. Abide With The Right Of The Da To Reject And Request Replacement Of Non-compliant To Specifications; C. Any Delay Of Delivery Of Item Shall Be Subject To Liquidation Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; D. Payment Shall Be Made After Complete Delivery, Inspection, Acceptance And Submission Of All Necessary Documents Required For The Process Of Payment; E. Winning Bidder Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment. 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) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 17, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On March 03, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 17, 2025, 9:00 Am (bac-secretariat Time). 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 March 17, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 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. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Eduardo Romano M. De Veyra Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state: Idaho city: Hayden delineated Area: north: Lancaster south: Prairie Ave east: Hayden Lake west: Atlas Road/ramsey Road gross Square Feet:3,500 net Square Feet: 3,308 space Type: Retail gov Parking Spaces (total): 11 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Name Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: Date. 3/13/25 any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space In A Building Under A Lease In The City And State Specified Above, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, Non-productive Agency Downtime, And Costs, Including Rent, Related To Vacating The Current Location Prior To Lease Termination. the Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically Via Email Addressed To Cenwsre-rfp@usace.army.mil. Offerors’ Emails Shall Include The Completed Rental Proposal Worksheet, Attached Hereto As Exhibit “a” As An Attachment To The Email. The Subject Line Of The Email Must Contain The Request For Lease Proposal (rlp) Number (16 Characters Beginning With “dac”) Listed On The First Page Of The Rlp. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet (if A New Build Out Is Required) for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
661-670 of 1704 active Tenders