Interior Tenders

Interior Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.06|s8x|215-697-0275|patrick.j.horan23.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . manufacturing This Item Requires Two Individual Piece Be Made. One Being The outer Shell Or The Container That Houses The T-56 Qeca. The Second Being The inner Frame Adapter Assembly (ifaa). They Are A Set Item Under This Tdp. 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page One; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;706e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=std-225 |05259| | |c| | | | drawing Data=std-228 |05259| | |c| | | | drawing Data=std-295 |05259| | |c| | | | drawing Data=std-360 |05259| | |c| | | | drawing Data=13c099 |05259| | |c| | | | drawing Data=13c102 |05259| | |c| | | | drawing Data=15930 |80132| | |d| | | | drawing Data=17e070 |05259| | |c| | | | drawing Data=706b009 |05259| | |c| | | | drawing Data=706d010 |05259| | |c| | | | drawing Data=706d012 |05259| | |c| | | | drawing Data=706d013 |05259| | |c| | | | drawing Data=706d014 |05259| | |c| | | | drawing Data=706d020 |05259| | |c| | | | drawing Data=706e001 |05259| | |c| | | | drawing Data=706e002 |05259| | |c| | | | drawing Data=706e003 |05259| | |c| | | | drawing Data=706e004 |05259| | |c| | | | drawing Data=706e005 |05259| | |c| | | | drawing Data=706e006 |05259| | |c| | | | drawing Data=706e007 |05259| | |c| | | | drawing Data=706e008 |05259| | |c| | | | drawing Data=706e011 |05259| | |c| | | | drawing Data=706e015 |05259| | |c| | | | drawing Data=706e016 |05259| | |c| | | | drawing Data=706e017 |05259| | |c| | | | drawing Data=706e018 |05259| | |c| | | | drawing Data=706e019 |05259| | |c| | | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. acceptance Criteria For Aluminum Fabrication //all Welds Shall Be Visually Inspected. Visual Inspection Shall Include 5 Power Magnifications When Suspect Condition Is To Be Examined Beyond The Capability Of Normal Vision. A Weld Shall Be Acceptable By Visual inspection If It Shows The Following:(1) The Weld Shall Have No Cracks (2) Through Fusion Shall Exist Between Adjacent Layers Of Weld Metal, And Between Weld Metal And Base Metal. (3) Weld Profiles Shall Be In Conformance With Aws D1.2 D1.2m:2003. (4) porosity Is Not Permitted. Critical And Major Welds On The Ifaa Shall Be Subjected To Further Non-destructive Testing Using Dye Penetrant Inspection To Determine The Presence Of Surface Cracks. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirement Section Of the Contract. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17 (0771.17); Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. contact Code N241.17 Or N241.10 To Arrange For First Article Test Facility Location. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers And Modifications In The Records Receptacle Of The First Article Container. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Welds On The Ifaa Will Be Visually Inspected In Accordance With Aws B1.11:2000 And Then Dye Penetrant Inspected In Accordance With Aws B1.10:1999. The Weld Inspection Criteria Is Listed In The Requirments Section Note. Additional Acceptance Criteria Is Also in Mil-w-22248 Or Awsd1.2:2003 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 706e001-1 And Sub-drawings Isapplicable.; 4.2.2 Requirements Of: ;to Drawing (05259) 706e001-1 And Sub-drawings Is Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies, Use Actual Item; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;706e001-1; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;20,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;706e001-1; ; , Revision ;latest; ; Within ;160; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;120; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Niin And Tdp Are Setup For The Procurement Of Both, An Inner-frame And Anouter-shell Container For The T56 Qeca Engine. I. Stanke, 0771.13, X2458, 03/25/05. this Buy Has The Updated Drawings For The Extrusion Which Are No Longer Source Controlled. additionally, On Drawing Number 706e005 The Roller Assembly, (part Number 17c069-1) Listed As Item Number 26, Has An Alternate Source Of Supply. This Alternate Source Of Supply Is Hilman Inc., Cage (28013), And The Part Number Is From Drawing Number 5-ot-03119, rev. "9". I. Stanke, 0771.13, X2458, 09/27/05.

Stadt Schwedt Oder, FB 3 4, Abt Baucontrolling Und Vergabestelle Tender

Others...+2Civil And Construction, Civil Works Others
Germany
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Heinrichslust sports complex in 16303 Schwedt/oder, Am Sportplatz 12 A 3. Ba, To 2 - new social and sports building 3. Ba, To 3 - renovation of existing building Lot 34 - locking systems The city of Schwedt/oder is planning to build a new social and sports building and renovate the two existing buildings in the "Heinrichslust" sports complex. The new building is planned to be 3-storey and of solid construction. Load-bearing interior and exterior walls are to be made of sand-lime brickwork and reinforced concrete respectively. The exterior walls will be constructed and designed with WDVs. The ceilings and the structure of the stands are to be made of reinforced concrete. The cantilevered roof construction will be a flat-pitched pent roof made of steel with trapezoidal sheeting. The two existing 1-storey existing buildings will be repaired and modernized inside and outside as required. Software and management tools - 1 person. Be - 1 person. Projecting/planning - 1 person. Management software Salto Proacces Space - 1 pc. Salto Ncoder, model Ecx0 - 1 pc. Salto portable programming device - 1 pc. Salto emergency power supply Access points - 50 pcs. Identification media Rfid key fobs - 3 pcs. Wall reader elevator outside - 1 pc. Wall reader elevator cabin - 4 pcs. Extension control Cu4200 Door control Fittings - 11 pcs. Electronic fitting, sheet steel doors, Din 179, outside - 9 pcs. Electronic fitting, aluminum frame elements, Din 179, outside - 6 pcs. Electronic fitting, wooden interior doors - 1 pc. Electronic fitting, sheet steel inside, Din 179 - 9 pcs. Mechanical complementary fitting, handle on both sides - 7 pcs. Mechanical complementary fitting, handle on both sides, coin opening outside Cylinder - 6 pcs. Electronic Euro profile standard cylinder, reading head outside - 1 pc. Dismantling of existing sets/cylinders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 9.6 Million (USD 166.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 92.1 Million (USD 1.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 120.6 Million (USD 2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. the North American Industry Classification Code (naics) Is333413 (industrial And Commercial Fan And Blower And Air Purification Equipment Manufacturing), And Psc Code: 6530 (hospital Furniture, Equipment, Utensils, And Supplies) With A Size Standard Of 500 Employees. requested Responses: all Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company The Manufacturer, Distributor, Or An Equivalent For The Products Being Offered? If An Authorized Distributor Or Equivalent, Can You Provide Documentation From The Manufacturer Confirming Authorization To Provide The Referenced Items And/or Products Being Offered? if Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Non-manufacturer Rule In Accordance With Title 13 Cfr 121.406(b) Nonmanufacturers. does Your Company Exceed 500 Employees? is Your Company Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied? does Your Company Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice; And will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Title 13 Cfr 121.406 Paragraph (b)(5). 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. What Is The Manufacturing Country Of Origin Of The Items And/or Products Being Offered? 10. Delivery Timeframe The Government Would Like To Know The Standard Delivery Time Frame For A Requirement Like This. 11. Provide Warranty Information For The Items And/or Products Being Requested? 12. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). please Note That If No Responses To This Notice Are Received, From Either Authorized Distributors Of The Cited Brand Name Nor From Manufacturers Marketing A Potentially Equivalent Brand, Then This Action Will Be Sole Sourced To The Manufacturer. if An Authorized Distributor Letter Or Certifications Proving Your Business Can Provide The Needed Requirement Or Provide Documentation That You Will Be Able To Install And Remove The Current Convection Steamer, Your Response Will Not Be Taken Into Consideration. contact Information And Response Due Date: please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 5:00 Pm Central Time 03-03-2025. disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. statement Of Work requestor: Vhso Va Medical Center Pharmacy Service Fayetteville, Ar background Information pharmacy Service Uses Equipment To Replace End Of Life Iv Hoods To Compound Patient Specific Iv S. fayetteville, Arkansas Vamc Station# 564. Pharmacy Has A Requirement For Two (replacement) New Clean Room Primary Engineering Control Sterile Intravenous Preparation Hoods In The Non-hazardous And Hazardous Rooms. pharmacy Employees Utilize The Clean Room Iv Hoods To Blend And Combine Various Medications For Patients Who Require Intravenous Chemotherapy, Antibiotics, Or Vitamins. With The Use Of A Barrier On The Hazardous Iv Hood, The Iv Hoods Regulate The Airflow For Pharmacy Employees, Preventing Any Potentially Dangerous Chemicals From Reaching Them. scope in 2004, The United States Pharmacopeia Issued Chapter 797 Pharmaceutical Compounding Sterile Preparations (usp 797), Which Provides The Guidelines, Procedures, And Compliance Requirements For Compounding Sterile Preparations As Well As Setting The Standards That Apply To All Parameters In Which These Tasks Are Performed. Usp 797 Promotes The Protection Of The Sterility Of The Drug. In 2016 Usp 800 Handling Drugs In Healthcare Settings Was Released. It Provides Standards For The Safe Handling Of Hazardous Drugs In Order To Minimize Contamination Transfer To Healthcare Personnel, Patients, The Environment, And The Drugs Themselves. vhso Va Medical Center Pharmacy Service In Fayetteville, Ar Currently Has Two Functioning Primary Engineering Controls (iv Prep Hoods) That Are Beyond End Of Life And Are Being Replaced. the Requirement Is For Two Different Products With Similar But Separate Functions. horizontal Laminar Air Flow Hood the Class Lafw For This Requirement Will Be Horizontal Laminar Flow Clean Bench the First Unit Functions In A Positive Air Pressure Environment (room) And Is Used For Non-hazardous Sterile Compounding For Iv Products. This Unit Primarily Protects The Sterility Of The Product Begin Manufactured While The Second Unit Protects Sterility And The Provides Protection To The Person Compounding. The First Unit Required Will Be For A Horizontal Laminar Air Flow Hood. a Laminar Flow Cabinet Or Clean Bench Is An Enclosed Workstation Designed To Create A Contamination-free Environment. It Operates By Using A Fan To Draw Air Through Specialized Filters, Typically High-efficiency Particulate Air (hepa) Or Ultra-low Penetration Air (ulpa) Filters, Which Purify The Air. The Filtered Air Then Flows Smoothly Over The Work Surface In Parallel Lines At A Uniform Speed, Creating A Unidirectional, Laminar Airflow. the Primary Purpose Of A Laminar Flow Hood Is To Protect Samples, Reactions, And Equipment From Airborne Contamination. It Achieves This By Maintaining A Constant Flow Of Clean Air Across The Work Area, Which Prevents The Intrusion Of Particles And Contaminants. required Components/characteristics: horizontal Air Flow diffuser Screen Included Over Hepa Filter standard Adjustable Height Stand Allows For Work Surface Height Range Of 27.5-41.375 Height work Area Depth Of 20.3 And Height Of 34 For Ample Space satin Finish On Work Surface That Reduces Light Reflection led Lighting In Hood Interior electronic Height Adjustment With Touchpad Operation slanted 10% Faã§ade For User Eas Of Access And Fatigue Reduction iv Bar Included casters stainless Steel Iv Hooks (qty 6) biological Safety Cabinet With Filtered Return And Exhaust the Class Bsc For This Requirement Will Be Class Ii, Type A2. the Second Unit Functions In A Negative Pressure Environment (room) And Is Used For Hazardous Sterile Compounding For Iv Products.the Second Unit Required Will Be For A Biological Safety Cabinet. a Biological Safety Cabinet (bsc), Also Known As A Biosafety Cabinet Or Microbiological Safety Cabinet, Is An Enclosed, Ventilated Laboratory Workspace Designed For Safely Working With Materials Contaminated With Or Potentially Contaminated With Pathogens. The Main Purposes For This Requirement Will Be To: protect Pharmacy Workers From Exposure To Hazardous Substances And Maintain The Sterility Of Materials Inside The Cabinet. bscs Achieve These Goals Through A Combination Of High-efficiency Particulate Air (hepa) Filtration, Laminar Airflow, And Containment. The Cabinets Use Inward And Downward Airflow To Create An Air Barrier, Preventing Airborne Particles From Escaping. Hepa Filters Clean The Air Entering The Work Area And Exiting To The Environment, Removing Particles And Hazardous Material. class Ii Is The Most Common Type, Offering Personnel, Product, And Environmental Protection And This Is The Version We Require In The A2 Model Type. required Components/characteristics channel Stand With Adjustable Height (30 38 ) iv Bar canopy Exhaust Connection For Hard Ducted External Exhaust For Plumbing Connection - *crucial cabinet Pressure Monitor exhaust Flow Alarm automatic Variable Flow Motor Controller To Adjust Airflow standby Mode For Maintaining Sterility During Off-time air Flow Curtain To Minimize Turbulence And Support Sterility all Metal Double-wall Cabinet Design nsf Approved Cable Ports For Access To Sterile Environment salient Requirements: qty 1 Ea Six Feet Wide Biological Safety Cabinet Class Ii A2 (bsc Iia2) *required Accessories Channel Stand (adjustable Stand-elevations 30 To 38 ) Iv Bar Flexair Canopy Exhaust Connection 12in. O.d. Cabinet Pressure Monitoring Exhaust Alarm exterior Dimensions 6ft Work Area 77 X 30 X (86 To 94 ½ ) Adjustable Height-0 Cabinet Exhaust 993 Cfm At -0.06/-0.13 W.g. To -0.11/-0.30 W.g. Cabinet Sound 67 Dba Cabinet Current 110v,115v @16 Amps qty 1 Ea Six Feet Wide Horizontal Laminar Air Flow Work Bench (lafw) *required Accessories Adjustable Height Stand (27.5 To 41 ) iv Bar Casters Stainless Steel Iv Hooks (qty 6) Exterior Dimensions 6ft Work Area (77 X 44.5 ) Cabinet Exhaust None Cabinet Sound Less Than 67 Dba Cabinet Current 110v, 115v @ 16 Amps reusable Medical Equipment Not Applicable additional Technical Advisory Group Requirements must Feature A Removable Work Surface For Increased Sterility And Easy Cleaning. must Feature High-velocity Return Air Slots To Maximize Cleanliness And Product Protection By Precisely Controlling Airflow Volumes And Velocities. must Feature A Standard Pre-filter For Extended Filter Life Located In An Easy To Access Drawer For Quick Replacement. must Feature A Front Access To Filter For Ease Of Maintenance. must Feature A Motor Controller To Improve Performance By Regulating And Controlling Airflow More Efficiently. must Feature An Airflow System That Provides Uniform Airflow To Work Surface And Meet Up To Iso Class 4 (class 10) Air Cleanliness Requirements. must Feature Casters With Locks (lafw Only). must Feature A Slanted Work Access Area For Personnel. contractor Requirement order Fulfillment And Delivery Fob Destination the Contractor Shall Not Perform Any Service Or Provide Any Item That Is Outside The Scope Of Work Without The Written Approval Of The Contracting Officer. should The Contractor Have To Come To The Vhso For Any Reason Other Than Delivery, The Contractor Shall Be Required To Log In With The Va Police Dispatch (building 1, First Floor) Upon Arrival To Obtain A Contractor Badge. The Contractor Will Always Visibly Wear The Badge While On Vhso Premises And Will Be Required To Turn In The Badge Before Leaving Vhso Premises. the A&a Requirements Do Not Apply And A Security Accreditation Package Is Not Required. the Contractor For Equipment Supply And Shipping Will Not Be Required To Provide Installation, Testing Or Balancing Of The Equipment Or Clean Rooms In Which They Are Installed. These Services Will Be Handled Through A Separate Requirement. delivery Schedule the Requested Equipment Is Required By 07/01/2025 And Will Be Delivered To The Vhso As Soon As Possible. the Contractor Will Ensure All Deliverables Are Delivered To The Following Address And Reference The Va S Purchase Order Number As An Attn: Line In The Shipping Address: veterans Healthcare System Of The Ozarks warehouse Building 8 Attn Purchase Order 1100 N. College Avenue fayetteville, Ar 72703 contractor Access And Activities: records Management: Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. the Term Federal Record: includes U.s. Department Of Veterans Affairs (va) Records. does Not Include Personal Materials. applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Va Contract. may Include Deliverables And Documentation Associated With Deliverables. contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. va And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Va Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Policy. the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Information That Are Not Specifically Tied To Or Authorized By The Contract. the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. the Va Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Va Provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same. violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe). equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work. radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Vhso Property.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 289.5 Million (USD 4.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 121.5 Million (USD 2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Municipality Of Itogon, Benguet Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 52.9 K)
Details: Description Lot 1 - Groceries - Abc : Php1,619,738.50 Item No. Quantity Unit Of Issue Item Description 1 643 Kg All Purpose Flour (1kg) 2 12 Kg Baking Powder (1kg) 3 240 Packs Burger Bun (6pcs/pack) 4 519 Packs Burger Patties (6pcs/container-228g) 5 87 Packs Cheese (22 Slices/pack) 6 46 Packs Chicken Nuggets Star Shape (200g/pack) 7 20 Kg Chicken Quarter Leg (/kg) 8 133 Packs Chicken Whole / Pack 9 8 Packs Cocoa Powder (500g) 10 185 Cans Condensed Creamer (390g) 11 51 Gallon Cooking Oil (4 L/gallon) 12 53 Packs Corn Starch (1kg/pack) 13 6 Packs Dry Yeast (800g) 14 99 Trays Egg (m-30pcs/tray) 15 149 Cans Evaporated Milk (370ml) 16 364 Packs Fishball (1kg/pack) 17 105 Packs French Fries (450g) 18 20 Packs Fresh Gata (200ml) 19 143 Kg Glutinous Rice (1kg) 20 366 Packs Hotdog - Cheese Flavor (250g/pack) 21 360 Packs Hotdog - Regular (250g/pack) 22 73 Packs Jumbo Siopao (10pcs/pack) 23 18 Gallon Ketchup (4 L/gallon 24 368 Packs Kikiam (500g/pack) 25 152 Packs Longganisa Skinless (450g/pack) 26 324 Packs Longganisa Smoked (225g/pack) 27 7 Kg Margarine Classic (1kg) 28 18 Gallon Mayonaise (3.5 L/gallon) 29 20 Kg Pork Meat (/kg) 30 10 Kg Pork Meat Grind (1kg) 31 25 Packs Pork Siomai Japanese (30pcs/pack) 32 371 Packs Pork Siomai Yellow (30pcs/pack) 33 212 Packs Pork Tocino (450g/pack) 34 100 Kg Raw Peanut /kg (for Peanut Butter Making) 35 180 Packs Shanghai (15pcs/pack) 36 519 Sacks Special Commercial Rice (25kg/sack) 37 35 Sack Sugar - Washed (25kg/sack) 38 35 Kg Sugar Brown (1kg) 39 11 Sacks Sugar White- Refined (25kg/sack) 40 238 Packs Sweet Ham (220g/pack) 41 7 Packs Whip Cream Powder (500g) 42 30 Sets (100 Pcs) 12 Oz Buko Cup Set, Printed White Plastic Cup With Lid And Sealer 43 1 Set 144 Pcs High Quality Puto Molder Multicolor Baking Tools For Puto Kutchinta Assorted Medium 44 1 Pcs 22cm Sifter For Baking Premium Quality Fine Mesh Stainless Steel Strainers With Wide Resting Ear Design - Strainer Wire Mesh - Fine Mesh Strainers 45 1 Set 236pcs Cake Kit With Decoration Icing Nozzle Set Pastry Bag Spatula Muffins Cupcake Molds Baking Supplies 46 4 Unit 32cm Non-stick Frying Pan 304 Stainless Steel Frying Pan Double Layer Full Mesh Pot Cooker 47 10 Sets 50pcs 8oz/ 232ml/ Small Plastic Peanut Butter Jar 48 2 Unit "makapal Palanggana Wash Basin Stainless Steel Supported Weight 8kg Dimension (l X W X H) 63cmx63cmx16cm" 49 2 Pcs 9 Inches Round Pan 50 10 Packs "aluminum Foil 5meters/8meters Wrap Food Grade Foil Wrapper Sheet Roll" 51 4 Unit Aluminum Frying Pan "kawa" 49cmx42cmx15cm Diameter 52 1 Set Bakeware Sets 10 Piece Non-stick Bakeware Set - Carbon Steel Baking Tray Set, Suitable For Oven, Refrigerator And Freezer 53 9 Pcs Baking Pan, Non Stick, Rectangular, 27.5x18x6cm 54 5 Pcs Stainless Basin 55cm 55 1 Pcs Big Pot, Double Handle Cast Iron Size #1, Big Kawali, Frying Pan Wok 56 1 Pcs "caldero/cauldron Pot Aluminum Double Handle (d1-d5) Size (diameter 34.5cm) Sizes (lxwxh) D1=37.5x34.5x23.5cm" 57 10 Dozen Drinkingware Coffee Mug Brown Coffee Cup 9oz/ 250ml 58 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Large 624 Grams 650ml 22oz" 59 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Medium 454 Grams 473ml 16oz" 60 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Small 227 Grams 234ml 8oz" 61 12 Pcs Pie Pan 12"inch X 1 Inch Height 62 5 Set "plastic Puto Cups/ Baking Cups/ Kutsinta Cups Mold/ Sauce Dish/ Macaroons/ Pichi Pichi/ Soy Sauce Thick Plastic. Good Quality. Random Color Upon Order. 100pcs Per Order Medium #5-6cm" 63 1 Pcs S/s Soup Laddle With Wooden Handle 6oz 64 2 Pcs Special J.kawa 42"-44" 65 4 Pcs Stainless Bowl 55cm 66 1 Set Stainless Steel Measuring Cup Stackable Kitchen Measuring Tool 67 2 Unit Stainless Wok Pan And Non-stick (38cm, 1.6 Kg) 68 2 Set Steel Mixing Bowl Set Of 3 With Capacity Markings Indicator Lot 2: Equipment: Abc - Php1,130,920.00 Item No. Quantity Unit Of Issue Item Description 1 - 19 Unit 11kg Lpg Gas Tank With Content 2 - 1 Unit 2in1 Burger Griller With Deep Fryer (with Free Cooking Kits) 3 - 3 Unit "3 Layer Electric Steamer 9.0l Capacity 1.1l Water Tank Capacity Rapid Steam System Pp Body And Pc Tray See Through Water Window All Removable Parts Are Dishwasher Safe 60-minutes Times Heating And Power Lights Secure Non-slip Feet" 4 - 3 Unit "3.5 Cu.ft. Showcase Chiller 7-level Temperature Control, Double Glass Door Blower Fan, Led Light, Price Tag Shelves 3 Adjustable Coated Wire Shelves Clean Back Design, Fan-cooled System Recessed Handle, Internal & External Lamps Switch, Front Levelling Feet 100w Input Power " 5 - 15 Unit 3in1 Burger Griller With Deep Fryer And Steamer 6 - 1 Pcs 41cm Steamer - 3 Layer Aluminum 7 - 1 Unit "55l Electric Oven Tempered Glass Door Accessories: Bake Tray, Baking Rack, Tray/rack Handle, Rotisserie Stick And Rotisserie Fork Inner Dimension 420x340x290mm" 8 - 1 Unit "5l Electric Stand Mixer Net Weight (kg): 6.6 Kg Gross Weight (packed): 8.25 Kg Net Weight (wxhxd): 420x395x255 Mm (16.54x15.55x10.04in)" 9- 1 Unit 6.8 Cu.ft. Solid Top Chest Freezer/chiller 10 - 3 Unit 6ft. Folding Table 11 - 1 Unit "7 Speed Electric High Grade Super Hand Mixer Pancake/cupcake Batter Dispenser Whisk Chrome Beater Balloon Whisk He-133 *model: He-133 *body Material: Plastic *blade Material: Stainless Steel *rated Wattage: 260 Watts *rated Voltage: 220-240 Volts *gear Position: 7 Speed *rated Frequency: 50/60hz *controls Type: Knob Control *item Dimension Lxwxh: 18 X 6.5 X 12.1 Centimeters" 12 - 1 Unit "90 Liters Capacity Oven 250c Temperature Control 60 Min. Timer With Bell Ring With Convection And Rotisserie Function Inner Light/indicator Lamp Heater Selector Switch Tempered Glass Door Stainless Steel Heating Elements 5 Stages Of Switch Heating And Function Selector Accessories: Bake Tray 52.6 X 36.2 Cm 685x454x426mm Inner Dimension: 515x415x330mm Baking Racks, Tray/rack Handle, Rotisserie Stick And Rotisserie Forks" 13 - 2 Unit "blender 1.5-liter Glass Jar 2 Speed Control With Pulse Function Stainless Steel Blade Overheat Projector On Motor With Safety Lock Powerful Motor For Superior Blender" 14 - 1 Unit "boiler Coffee Maker And Tea Maker Perculator 7.0 Liter Double-layer Stainless Steel Wall Boil Dry Protection Switch Stainless Steel Lid With Lock Internal Water Gauge 1100 Watts" 15 - 1 Unit Cast Iron C40 Single Burner 16 - 1 Unit "chest Freezer 7.0 Cu.ft. Hd Inverter Solid Top *hd Inverter Compressor *dual Function Technology (freezer Or Chiller) *electric Control *galvanized Interior *led Light *roller Feet *recessed Handle With Key Lock *dimension (hxwxd) 85x91x55 Cm" 17 - 1 Unit Commercial Pressure Cooker High Quality 304 Stainless Steel Large Capacity Pressure Cooker 32cm 15 Liters 18 - 2 Unit Digital Weighing Scale 30kg 19 - 1 Unit "donut Maker 16 Hole Machine Double Sided Heating Doughnut Makers Breakfast Machine Hot Cake Waffle Maker Power: 1400w Voltage: 220-240v Plug Type: Eu Plug Power Source: Electric Color: Stainless Steel + Black Heating: Heating On Both Sides Materials: Non-stick Coated" 20 - 2 Unit Electric Oven 23l Heo23r 4 Function 23 Liters 21 - 11 Unit Electric Oven, 90 Liters Capacity, 120 Min Timer W/ Bell Ring 100-250c Temp Control 22 - 29 Unit Fc-06 Adf Chest Freezer 6 Cu.ft., Dual Function-freezer Or Chiller 8-level Frontal Temperature 23 - 1 Unit "food Dehydrator Voltage: 220v Frequency: 10 Layers 50hz Power: 800w Net Weight: 11kg Size: 380 X 400 X 465 Mm Stainless Steel Trays Outer Body Temperature: 30-90 Degress" 24 - 1 Unit Food Steamer Hfs-55 / 3 Level Food Steamer Food Steamer 10.0l Hfs55 25 - 2 Unit "four Layer Glass Box Organizer Display Four Layers, Each With A Height Of 15.25 Cm, A Length Of 61 Cm And A Width Of 23 Cm " 26- 5 Unit "heavy Duty Double Burner Stove G1000max 2 Twin Jet 120mm Black Cast Iron Burner Brass Burner Cap Automatic Piezo Ignition System Gas Power: 5.2 Kw #304 Stainless Steel Body Cast Iron Trivet Unit Dimension: 69.4(w) X 36(d) X 14.5(h) Cm Box Dimension: 75(w) X 46(d) X 17(h) Cm Net Weight: 6.1 Kg Gross Weight: 7.5 Kg" 27 - 10 Unit "heavy Duty Electric Stand Mixer 8-speed Multiple Function Stand Mixer 5-liter Stainless Bowl 600 Watts High-powered Motor Soft Start That Minimizes Splatter With Aluminum Dough Hooks And Beater Guard With Stainless Steel Wire Whisk" 28 - 1 Unit Heavy Duty Ice Crusher Machine 29 - 1 Unit "heavy Duty Rice Cooker 5.6l Irc-560n Teflex Non-stick Coating Pot Stainless Steel Body Cool Touch Handle Pilot Light Indicator 5.6 Liter Capacity Cooks Up To 30 Cups Of Rice Measurements: L48 X W39 X H30.5cm Model: Irc-560n 1950w" 30 - 1 Unit Heavy Duty Single Burner Cast Iron Autmatic Ignition Gas Stove 31 - 1 Unit "heavy Duty Steamer Makapal Matibay Aluminum 3 Layer Steamer Bottom Layer Is The Base 2nd And 3rd Layer Are The Steamer" 32 - 1 Unit "heavy Duty Wet And Dry Grinding Machine Pang Giling (corn, Rice, Coffee, Soyabeans, Peanut) 1.5hp, 220v" 33 - 1 Unit "ice Box Cooler Insulated W/ Free Ice Scoop 45l Material Plastic Volume Capacity 45l" 34 - 1 Unit "microwave Oven 20l Model: P70b20ap-st Voltage: 220v Capacity: 20l Power Source: 230-240v / 50hz/ 700-1200w" 35 - 1 Unit "peanut Butter Machine/ Sesame Sauce Grinder/ Pulping Machine/ Nuts Almond Milk Machine Model: Hr-160y Brand: Meatpro Power: 1.5kw Hz: 60hz Rotation Speed: 1450r/min Voltage: 220v Capacity: 35pkg/h Emery Wheel Diameter: 160mm" 36 - 1 Pcs "square Beach Umbrella 70” Classic Style Durable And Stylish Good Quality Perfect For Outdoor Use Light Weight. Easy To Carry Anywhere Perfect Protection From Sunlight And Rain Easy Set-up" 37 - 1 Unit "standard Double Gas Stove With Free Regulator Stainless Top And Front Double Detachable Top Burner 560mm X 380mm X 125mm" 38 - 2 Unit "steamer 3 Layers Aluminum Measurement: 36cm Diameter, 13cm Height Per Layer" 39 - 1 Unit "vacuum Sealer Machine With Seal Bags And Starter Kit Four Sealing Modes Longer Food Preservation Theory: Temperature Controller Usage: Household Power Type: None Display Size: 2.0-3.9 Inches Color: Silver Materials: Stainless Steel + Abs Shell Seal Length: Max. 30cm Vacuum Pressure:-85 Kpa" 40 - 25 Unit Weighing Scale (20kg) 41 - 3 Unit Weighing Scale 60kg Capacity Lot 3: Agricultural: Abc - Php313,940.00 Item No. Quantity Unit Of Issue Item Description 1 - 7 Sack 14-14-14 Fertilizer (50kg/sack) 2 - 1 Unit "2 In 1 Electrical And Manual Knapsack Sprayer Net Weight (kg): 5.25 Capacity Of Tank: 16l Working Pressure (mpa): 0.15-0.4 Pump: Diaphragm Pump Stroke: 1.4mm Voltage: 12 Nozzle: 1.4mm Battery: 12v / 8ah" 3 - 215 Meters Black Nylon Net (per Meter) 4 - 3 Rolls Gi Wire Gauge #14 5 - 1 Unit Grab Hoe, Heavy Duty, 23cm, Metal Handle 6 - 3 Unit "grass Cutter Gx35; Aircooled; 4 Cycle; Verticle Piston Vlave; Gasoline Engine; 31ml Maximum Output: 1.0/6500; Fuel Used: Gasoline Engine Fuel Tank Capacity (l): 76" 7 - 140 Kg Greenhouse Plastic, .04mil Thickness, Standard Size, Per Kilo 8 - 345 Kg Greenhouse Plastic, .05mil Thickness, Standard Size, Per Kilo 9 - 1 Unit Hand Tiller / Cultivator 7.5 Hp, Gasoline Engine Industrial Rotary Tiller Machine Cultivator Power Weeder With Complete Accessories 10 - 2 Unit Hand Tiller / Cultivator 7hp, Diesel Engine Industrila Rotary Tiller Machine Cultivator Machine 11 - 2 Rolls Rainbow Garden Hose / Water Hose 1/2" X 90m 12 - 8 Rolls Rainbow Garden Hose / Water Hose 3/4" X 60m 13 - 4 Unit Rake With Handle 14 - 1 Unit "rubber Garden Hose 1"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 50 Meters / Roll" 15 - 2 Unit "rubber Garden Hose 1/2"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 90 Meters / Roll" 16 - 2 Sacks Urea 50kg/sack Lot 4: Tarpaulin : Abc -ph9,360.00 Item No. Quantity Unit Of Issue Item Description 1 - 104 Pcs Tarpaulin (2ftx3ft)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 9.6 Million (USD 166.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
4451-4460 of 4546 archived Tenders