Interior Tenders
Interior Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package
this Is A Sources Sought Notice For Market Research Only.
no Award Will Be Made From This Sources Sought Notice.
this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice.
jefferson Barracks National Cemetery,
sylvan Springs, Phase 1a Expansion
project Scope
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation.
project Description:
the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri.
the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827.
this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds.
this Project Will Provide For The Following Elements And Features:
base Bid General Construction:
the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed.
work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished.
replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003.
interment Areas:
casketed Remains:
a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites
b) Approximately 2,100 Traditional Casket Gravesites
cremated Remains:
a) Approximately 10,900 In-ground Cremation
b) Approximately 5,000 Columbarium Niches
base Bid Furnish Pre-placed Crypts:
procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts.
additive Items Subject To Budget Adequacy:
additive #1 Maintenance Yard:
install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation.
additive #2 Storage Building:
install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing.
additive #3 Satellite Maintenance Building:
install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building.
additive #4 Demolish/replace Committal Shelter #4:
demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage.
--- End Of Project Scope ---
project Labor Agreement (pla):
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
yes/no
comments:
--- End Of Pla Questionnaire ---
contractor Capability Statement Package:
firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package:
cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address.
business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.).
if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification.
bonding Capacity:
provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between
$50 - $100 Million.
contractor Capability Statement Shall Include, But Not Be Limited, To The Following:
corporate Experience:
provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And
demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics:
a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres).
b. State/local/private Cemetery Projects.
c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration.
d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres.
describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can:
i. Mass/fine Grading & Excavation Site Utilities
prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres.
ii. Site Utilities
demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites.
demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source.
demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal.
iii. Paving
paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres.
experience In Missouri Or Similar Climates Is Preferred, But Not Required.
iv. Landscaping
landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri.
v. Irrigation
irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It.
vi. Precast Concrete Burial Components
demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It.
vii. Phasing And Continuity Of Operations
demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations.
current Project List:
provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include:
project Type
award Amount
award Date
estimated Completion Date
---- End Of Contractor Capability Statement Package ---
please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov).
--- End Of Sources Sought Notice ---
Closing Date6 Jan 2025
Tender AmountRefer Documents
Batangas State University Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Ofmaterials For The Improvement Of Red Spartan Digital Printing Hub Location" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Ofmaterials For The Improvement Of Red Spartan Digital Printing Hub Location" With An Approved Budget For The Contract (abc) Two Hundred Thirty-three Thousand Two Hundred Seventy Pesos And Fifty-nine Centavos Only (php 233,270.59). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 711 Piece 1" Fiber Cement Board Screw 497.70 2 250 Piece 1" Gypsum Screw 157.50 3 2 Piece 1-gang Switch, 10a, 240v W/ Plate & Cover 308.00 4 7 Piece 12mm Thk. X 4' X 8' Gypsum Board 5,731.25 5 10 Piece 2" Paint Brush 826.00 6 2 Piece 2" X 250' Mesh Tape 375.00 7 6 Piece 2" X 250' Mesh Tape 750.00 8 1 Piece 2-gang Switch, 10a, 240v W/ Plate & Cover 266.00 9 7 Set 2x20w, 2000 Lumens, Led Batten Light, Surface Mounted 18,326.00 10 9 Piece 3/4" Thick X 4'x8'x (24kg) Marine Type Plywood 20,790.00 11 30 Piece 35mm X 76mm X 0.50mm X 3m Metal Studs 5,625.00 12 20 Piece 35mm X 76mm X 0.50mm X 3m Metal Track 3,750.00 13 2 Piece 4 Pin Industrial Socket 3p 2,520.00 14 10 Piece 4" Roller Brush With Handle 630.00 15 20 Piece 4.5mm Thk. X 4' X 8' Fiber Cement Board 15,850.00 16 4 Piece 4in X 4in X 3mm Ball Bearing Hinges 1,750.00 17 1 Piece 60at 3p Cb (tapping Point) 7,140.00 18 1 Lot Assorted Fittings For Mdp Assembly 2,800.00 19 4 Piece C-channel 1mm X 12mm X 38mm X 5m 1,042.96 20 1 Bag Cement 295.00 21 3 Kilogram Common Wire Nail Asstd 378.00 22 45 Meter Copper Wire 14.0mm² Thhn/thwn 6,306.30 23 195 Meter Copper Wire 3.5mm² Thhn/thwn 7,495.80 24 29 Meter Copper Wire 5.5mm² Thhn/thwn 1,705.78 25 29 Meter Copper Wire 8.0mm² Thwn/thhn 2,668.58 26 8 Piece Duplex Receptacle, Universal Type With Grounding Slot, 16a, 240v, (wall-mounted, Ceiling Mounted) 1,456.00 27 1 Piece Door 0.80m X 2.10m Mdf Interior Door With Jamb 4,584.75 28 1 Piece Door 0.80m X 2.10m X 1/2" Thk. Clear Tempered Glass In Top And Bottom Frame With Stainless Door Handle And Complete Accessories And Frosted Sticker 13,557.60 29 1 Piece Door Lock Set Door Lock Set - Cylindrical 475.00 30 10 Piece Double Furring 0.50mm X 19mm X 5m 2,187.50 31 15 Piece Emt Pipe, 32mmø (1"ø), Thick Wall 17,715.60 32 5 Roll Electrical Plastic Tape, Big (flame Retardant) 350.00 33 65 Piece Emt Pipe, 15mmø (½"ø), Thick Wall 22,759.10 34 11 Piece Emt Pipe, 25mmø (½"ø), Thick Wall 8,105.57 35 3 Liter Flat Enamel 918.75 36 4 Liter Flat Latex 1,035.00 37 1 Gallon Glazing Putty 923.75 38 2 Gallon Gypsum Putty (4 Ltrs.) 850.00 39 4 Gallon Latex Top Coat 3,150.00 40 5 Liter Latex Top Coat 1,375.00 41 1 Assembly Mdp Panelboard: (mdp) 230v, Main: 1-60at/100af 3p, Branches; 1-40at/100af 2p, 6-20at/100af 2p, 2-20at/100af 3p, 2-spare 20at/100af 2p Cb 28,583.10 42 1 Lot Other Supports & Fittings/hardware Needed Not Mentioned Above 1,400.00 43 3 Gallon Primer For Concrete 2,512.50 44 3 Liter Primer For Wood 817.50 45 6 Liter Putty 1,387.50 46 4 Liter Quick Drying Enamel 1,035.00 47 5 Kilogram Rags/newspaper 218.75 48 1 Cubic Meter Sand S1 1,700.00 49 60 Piece Sand Paper For Wood And Drywalls 1,125.00 50 11 Piece Suspension Clip With Rod Joiner 1,691.25 51 3 Liter Thinner 600.00 52 22 Piece W-clip (double) 137.50 53 10 Piece Wall Angle 50mm X 25mm X 3m 625.00 54 4 Gallon Wood Glue 2,400.00 55 3 Liter Wood Prime 825.00 56 7 Set Μpvc Junction Box With Cover, 4" Orange Octagonal 274.40 57 13 Set Μpvc Utility Box, 2"x4" Orange 509.60 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of February 25, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik Leviste Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date25 Feb 2025
Tender AmountPHP 233.2 K (USD 4 K)
POLREGIO S A Tender
Others
Poland
Details: Polregio Sa invites all Contractors with knowledge and experience in the subject of the Order to submit Price Information (rfi) for the performance of the service of sandblasting and powder coating of the interior and exterior of the EMU vehicle: handrails, radiator covers, bicycle holders, etc. Attached is the description of the subject of the Order together with illustrative photos and the GDPR clause. This Inquiry does not constitute an offer within the meaning of the Civil Code.
Closing Date21 Feb 2025
Tender AmountNA
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Notice: 1/3/2025: This Notice Is To Re-issue The Presolicitation Notice For This Project. A Solicitation Will Be Issued In Early February.
notice: 8/1/2024: This Notice Is To Revise The Aboa And Rsf For This Project:
the Aboa Minimum Has Been Revised To 4,220 And The Aboa Maximum Has Been Revised To 4,431
the Revised Maximum Rentable Square Feet (rsf) Is Now 5,064
advertisement
usda Fpac-bc
u.s. Government
department Of Agriculture (usda) Seeks To Lease The Following Space:
location Requirements
state: Oh
city: Delaware
delineated Area:
north: Rt. 37 And Rt. 110/delaware County Line Rd., Follow Rt. 37, Turns Into Rt. 37/w. Central Ave, Turns Into Rt. 37/e. Central Ave., Lake St / Hwy 42, Turns Into Hwy-42, Ending At Rt. 87/harris Rd.
east: Rt. 87/harris Rd. And Hwy-42., Follow Rt. 87/ Harris Road, To Rte. 521/kilbourne Rd., To. 85/skinner Rd., To Rte. 86/baker Rd., To Rt.88/plunkett Rd., Hwy-36/state Rt.37e, To Rt. 95/ Roloson Rd., To Rt. 89/ 273/ Curved Rd., To Rt. 271/dale Ford Rd. Ending At Rt. 91/berlin Station Rd.
south: Rt. 271/berlin Station Rd. And Rt. 91., Follow Rt. 91/berlin Station Rd., Turns Into Rt. 92/braumiller Rd., To Rt. 101/pollock Rd., To Hwy-23/columbus Pike To Rt 315/olentagny River Rd. To Rt 141/bunty Station Rd., To S Section Line Rd., To Hwy-42, To Rt. 93/ Smart-cole Rd., To Rt.101/hinton Mill Rd., Ending At Rt. 101/ Hinton Mill Rd. And Rt. 107
west: Rt. 101/ Hinton Mill Rd. And Rt. 107/ Springdale Rd., Follow Rt. 107/sprindale Rd To Hwy-36 To Delaware County Line Rd/ Rt. 110., Ending At Rt. 37.
square Foot Requirements
minimum Sq. Ft. (aboa): 4,752 Aboa Sf Minimum
maximum Sq. Ft. (aboa): 4,989 Aboa Sf Maximum
maximum Sq. Ft. (rsf): 5,702 Maximum Rentable Square Feet
space Type Equirements
office Space
parking Requirements
reserved Parking For Government Vehicles: 6
reserved Parking For Visitors: 25
unreserved Parking For Employees: 20
large Vehicle Parking: One Of The Reserved Visitor Parking Spaces Will Be Large Enough To Accommodate Large Vehicles And Semi- Trucks With Trailers.
electric Vehicle Charging: The Electric Vehicle Charging Spaces Shall Be Part Of The Government Reserve Spaces. Lessor Shall Provide Infrastructure For One (1) Government Supplied, Installed, And Maintained 2-port, Level Ii Evs Charging Stations (ie – Power That Can Be Individually Metered, Site Pad, Bollards, And Signage)
the Parking Shall Be Either On Site Or Publicly Located Within ¼ Walkable Mile (1,320 Feet) Of The Public Entrance Of The Premises.
the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building/ Tenant Usage.
term Requirements
full Term: Up To 20 Years (240 Months)
firm Term: 5 Years (60 Months)
termination Rights: 120 Days
offered Space:
the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use.
space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
space Shall 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.
subleases Are Not Acceptable.
first Floor Contiguous Space Required.
the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays).
offered Space Must Meet The Government’s Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease.
a Fully Serviced Lease Is Required. All Services, Janitorial Services, Utilities Shall Be Provided As Part Of The Rental Consideration.
offered Space Shall Not Be In The 1 Percent-annual Chance (100-year) Flood Plain.
telecommunications Prohibitions Requirements
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
due Dates
expressions Of Interest Due: May 31, 2024 No Later Than 4:30 Pm (edt)
market Survey (estimated): Approximately 45 Days After Expressions Of Interest.
occupancy (estimated): Tbd
sam.gov
entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible.
sam.gov Registration Is Required For Award.
sam Registration Is Not Required For Submittal Of Expressions Of Interest.
how To Respond/ Expressions Of Interest Shall Include The Following:
provide The Name, Company Name, Company Address, Email And Telephone Number Of The Building Owner.
if Offeror Is Not The Owner, Provide The Name, Company Name, Company Address, Email And Telephone Number Of The Offeror.
if Offeror Is Not The Owner Of The Property, An Authorization Letter Signed By Owner Providing Permission To Represent Owner Will Be Required. *
if Existing Building, Building Name And Address, And Location Of The Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/pictures (with Dimensions Shown) Reflecting The Space That Is Being Offered.
if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans.
rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered.
date Of Space Availability.
amount Of/type Of Parking Available On-site.
photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site.
for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal.
confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas).
confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable.
confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements.
for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements.
* As Mentioned In #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date.
send Expressions Of Interest To:
heather Schmitt, Lease Contracting Officer
zisa Lubarov-walton, Realty Specialist
email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
government Contact Information:
heather Schmitt, Lease Contracting Officer
zisa Lubarov-walton, Realty Specialist
email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
Closing Date20 Jan 2025
Tender AmountRefer Documents
Stadt Eisenh Ttenstadt, Fachbereich Stadtentwicklung Tender
Housekeeping Services
Germany
Details: Öhb 11/2024 Renovation/repair of sanitary facilities after water damage in the Diesterwegring gymnasium, Diesterwegring 1 in Eisenhüttenstadt Lot 6 - Tiles - Approx. 50 m² plaster removal and application - Approx. 300 m² interior sealing W2-i - Approx. 500 B169m² wall tiles - Approx. 200 m² floor tiles
Closing Date9 Jan 2025
Tender AmountRefer Documents
Municipality Of San Vicente, Palawan Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002 1. The Municipal Government Of San Vicente, Palawan, Through The Mdrrm Fund Intends To Apply The Sum Of Five Hundred Sixty-five Thousand Two Hundred Thirty Pesos And Sixty-eight Centavos (₱565,230.68); For Lot 1; One Million Forty-eight Thousand Four Hundred Twenty Pesos (₱1,048,420.00); For Lot 2 Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 Vehicle Spare Parts Motorcycles 1. Piece 4 Brake, Pad For Xrm 2. Piece 8 Brake, Pad For Honda Adv (front & Rear) 3. Piece 4 Brake, Pad For Yamaha Scooter 4. Piece 4 Brake, Shoe For Xrm 5. Piece 4 Brake, Shoe For Yamaha Scooter 6. Piece 4 Oil Filter For Honda Adv 7. Piece 4 Oil Filter For Yamaha Scooter 8. Piece 4 Air Filter For Yamaha Scooter 9. Piece 4 Air Filter For Honda Adv Mitsubishi Strada & Toyota Hilux 1. Pair 60 Brake, Pad 2. Pair 60 Brake Shoe Isuzu Dmax 1. Pair 8 Brake, Pad 2. Pair 8 Brake Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter, Oil 5. Set 4 Air Cleaner Nissan Nv350 Rescue Van 1. Pair 10 Brake, Pad Van 2. Pair 10 Brake Shoe Van 3. Piece 6 Filter Fuel, Van 4. Piece 6 Filter Oil, Van 5. Set 4 Air Cleaner Foton Taono Mobile 1. Pair 4 Brake, Pad 2. Pair 4 Brake, Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter Oil 5. Set 2 Air Cleaner Rescue Truck Hino Series 300 1. Piece 6 Brake, Pad, Truck 2. Piece 6 Brake, Shoe, Truck 3. Piece 6 Filter, Fuel Truck 4. Piece 6 Filter, Oil Truck 5. Set 4 Air Cleaner Truck Lot 2 Tire And Batteries 1. Piece 3 Motorcycle (xrm) Tire Tube (interior) 250 X 17 2. Piece 3 Motorcycle (xrm) Tire (exterior) 250 X 17 3. Piece 3 Motorcycle (adv Honda) Tubeless Tire 110/80 R14 4. Piece 3 Motorcycle (adv Honda) Tubeless Tire 130/70 R13 5. Piece 3 Motorcycle (mio) Tubeless Tire 80/90 R14 6. Piece 3 Motorcycle (mio) Tubeless Tire 70/90 R14 7. Piece 20 Tubeless Tire, 225/70 R15 (nv350) 8. Piece 8 Tubeless Tire, 215/75 R16 Lt (toano) 9. Piece 5 Tubeless Tire, 245/70 R16 (dmax) 10. Piece 70 Tubeless Tire 265/60 R18 (strada) 11. Piece 12 Tubeless Tire 225/70 R17 (toyota Hilux) 12 Piece 6 Tire And Tube With Flaps, 8.25- 16 Lt (hino Truck) 12. Piece 5 Battery 12v 3sm Free Maintenance 13. Piece 2 Battery 12v 2d Free Maintenance 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. 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). 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (₱1,000.00) For Lot 1; Five Thousand Pesos (₱5,000.00) For Lot 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On January 24, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 5, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date10 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.8 K)
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii.
general Statement Of Work Summary:
the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300
ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown
central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass
curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The
illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton
construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia
award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent
entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public
and Created A Strong Sense Of Entry For Pjkk.
on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January
24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is
probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel
installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over
a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see
volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire
damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion
includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United
states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point
locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere
to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While
also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And
smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also
include Solutions For The Following Known Building Maintenance Issues:
1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created
issues For Regular Maintenance And Care.
2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult
to Replace.
in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The
entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard
are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental
appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response
to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol.
the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden
courthouses.
initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s.
courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To
analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The
countermeasures For The Pjkk Courthouse In Honolulu, Hi:
1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And
ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala
moana Boulevard, Excluding Ground Level Windows Along The United States
marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard:
● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced
entry Resistance Per Astm F3038 Or Dept Of State (dos)
sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The
standard That Shall Apply.
● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing
system
● Contractor Is Responsible To Field Verify And Measure Each Opening.
2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design
drawings For Specific Locations):
● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule
doors Shall Be Equipped With Hardware And Controls To Engage
electro-magnetic And/or Electro-mechanical Remote Locks.
● Remote Locks Shall Give The Ability For The Court Security Officers And The
usms To Lock All Doors Immediately In Case Of An Emergency.
● Remote Lock Override Control Shall Run To The Main Usms / Cso Control
room
the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And
doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler
designed Pjkk Entry Pavilion.
the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry
resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm
standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration,
however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension)
of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And
the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered
acceptable. Support Documentation Shall Be Provided Prior To Installation.
the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure,
build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points,
the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door
upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical,
electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure.
the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And
construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00
am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To
maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m.
weekdays.
the Project Delivery Method Is Design-build (db).
the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required
to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening
project.
design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii
licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design
development, Construction Documents, Basis Of Design Documents, Site Investigation, Site
measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination,
contract Administration, Contract Close-out, Record Drawings And As-builts.
construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of
security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project
schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall,
mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples,
submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure,
protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary
barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes,
file And Record Management, And All Other Work To Meet The Contract Requirements.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0062 Contract Name: Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo / 25gi0062. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo Contract Id No. : 25gi0062 Locations : Leganes, Iloilo Scope Of Works : Construction Of Multi-purpose Building Which Consists Of Two Circular Pavilions. The Larger Pavilion Has A Floor Area Diameter Of 16 Meters, While The Smaller Pavilion Spans 11 Meters. These Two Pavilions Are Connected By A Concrete Walkway. The Structure Features A Torch-applied Waterproofed Foundation, Liquid Waterproofed Concrete Slab Roofing And Walkway, And An Open-plan Interior With Railings And A Complete Electrical System. Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 136 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 - February 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 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 16. 9. Bid Opening Shall Be On February 17, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 29, 2025 Eva S. Bedonia Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
Miley Sui Department Of The Interior Tender
Goods
Others
Kyrgyzstan
Purchaser Name: Miley Sui Department Of The Interior | Purchase Device 3-Phase Electricity Meter Hxe 310 Ackye
Closing Date3 Mar 2025
Tender AmountKGS 15.5 K (USD 177)
3731-3740 of 4127 archived Tenders