Paint Tenders

Paint Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 115.5 Million (USD 1.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00038 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱115,598,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00038: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela Contract Id No. : 25b00038 Location : San Guillermo, Isabela Brief Project Description : Construction Of Pccp Road, Length = 4.320 Lane Km @ 2 Lanes, With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer • Provision Of 4x2 Pickup Type Service Vehicle For The Engineer On Bare Rental Basis (brandnew) • Operation And Maintenance Of 4x2 Pickup Type Service Vehicle For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization • Environmental Management And Monitoring Earthworks • Individual Removal Of Trees – Small • Removal Of Actual Structures/obstruction (0.23 M Thick – Pccp) • Excavation (surplus Common, Structure) • Foundation Fill • Embankment (from Roadway/ Structure Excavation) • Subgrade Preparation Subbase And Base Course • Aggregate Subbase Course Surface Courses • Pccp, (0.15, 0.28) M Thick, 14-day Concrete Road/bridge Construction • Reinforcing Steel Grade (40 & 60) • Structural Concrete 20.68 Mpa Class A 14 Days • Structural Concrete 27.58 Mpa Class A 28 Days • Paint Miscellaneous Structures • Curb And Gutter Cast In Place • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning) • Hazard Markers Chevron Signs • Trees (furnishing And Transplanting) • Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract (abc) : ₱115,598,500.00 Contract Duration : 241 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 45 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcsps - Roads: Construction- Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. 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. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025

Department Of Agriculture Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.6 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-15 (id No. Bt-25-infra-hvcdp 39838-0003) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Hvcdp-2025 Current Fund Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos Only (p1,200,000.00) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of 4 Units Cacao Dryer Located At (i) Brgy. Apolonia, Paranas, Samar, (ii) Brgy. Nenita, Mondragon, Northern Samar, (iii) Brgy. Juangon, Malitbog, Southern Leyte, And (iv) Brgy. Tongonan, Ormoc City, Leyte”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works For The Four (4) Sites Is Required Within Eighty (80) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders. Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of 4 Units Cacao Dryer Located At (i) Brgy. Apolonia, Paranas, Samar, (ii) Brgy. Nenita, Mondragon, Northern Samar, (iii) Brgy. Juangon, Malitbog, Southern Leyte, And (iv) Brgy. Tongonan, Ormoc City, Leyte Scope Of Work: 1,200,000.00 Location: Brgy. Apolonia, Paranas, Samar 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Nenita, Mondragon, Northern Samar 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq. M. Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq. M. Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq. M. Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Juangon. Malitbog, Southern Leyte 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sqm Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Tongonan, Ormoc City, Leyte 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sq M Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Provide Contractor's All Risk Insurance (cari) 2. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 3. Complete The Construction Of Four (4) Sites Within 80 Calendar Days; 4. Provide Necessary Tools For The Satisfactory Completion Of The Project; 5. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 6. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 7. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 8. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 9. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 10 Attend Pre-construction Meeting. 11. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 12. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 13. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Five Thousand Pesos Only (p5,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 28, 2025, 9:00 Am (bac-secretariat Time) At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 24.8 Million (USD 428.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00150 : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱24,875,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00150: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital Contract Id No. : 24b00150 Location : Kasibu, Nueva Vizcaya Brief Project Description : Construction Of Kasibu Municipal Hospital With Power House: Structural Works (excavation, Embankment, Grave Fill, Steel Works(trusses Of Hospital Building), Structural Concrete And Reinforcing Steel Bar, Soil Poisoning, Plumbing Works (installation Of Sewer Line Works, Waterline Works), Finishing Works (masonry, Plastering, Painting Works Of Steel, Metal Deck Installation, Installation Of Door Jambs, Installation Of Roofing Sheets At Hospital Building With Reflective Insulation, Cement Floor Finishes At Power House), Electrical Works (installation Of Conduits, Boxes And Fittings With Wires And Wiring Devices, Panel Boards With Main And Branches Breakers, Installation Of Lighting Fixtures (powerhouse Only), Electronics Works(installation Of Conduits(rough-ins) Of Network Cabling, Cctv, Public Address System) And Mechanical Works(conduits Of Airconditioning System, Automatic Fire Sprinkler System Pipings With Fittings Only, Fire Alarm System Conduits And Wire Without Fixtures) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Geotechnical Investigation (soil) Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Cold Water Lines • Frames • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (floor,broom, Plaster) Finish • Non -slip Finish • Painting Works, (steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv • Public Address System Mechanical Works • Automatic Fire Sprinkler System • Fire Alarm System Approved Budget For The Contract (abc) : ₱24,875,000.00 Contract Duration : 150 Calendar Days Inclusive Of 10 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. 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. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025

City Of Lapu lapu Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 3.9 Million (USD 68.9 K)
Details: Description Invitation To Bid For Repair Of School Building At Tungasan Elementary School 1. The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 3,999,934.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair Of School Bldg. At Tungasan Es, Olango, Lapu-lapu City ; Infra 25-09 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 3,999,934.00 ; Infra 25-09: Repair Of School Bldg. At Tungasan Es, Olango, Lapu-lapu City Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Bids And Awards Committee Of City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 C. D. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of City Of Lapu-lapu And Inspect The Bidding Documents At The Address Given Below From 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Jan. 20, 2025(from 8:00 Am To 5:00pm) Until On Or Before 12:00 Noon Of Feb.11, 2025 From Given Address And Website/s Below: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5000.00.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees At The City Government Of Lapu-lapu At City Treasurers Office. 6. The Bids And Awards Committee Of City Of Lapu-lapu Will Hold A Pre-bid Conference On January 28, 2025 At 1:30 Pm At Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. The Significant Times And Deadlines Of Procurement Activities Are Also Shown Below: 1. Advertisement/posting : Jan. 20-26, 2025 @8:00 Am – 4:00 Pm 2. Pre-bid Conference : Jan. 28, 2025 @ 1:30 Pm 3. Bidding Documents Payment Deadline : Jan. 20 To Feb.11, 2025 Until 12:00 Noon 4. Receipt Of Bids : Feb.11, 2025 @ 8:00 Am To 12:00 Noon 5. Opening Of Bids : Feb.11, 2025 @ 1:30 Pm 6. Post Qualification : Feb.13, 2025 @ 1:30 Pm 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 12:00 Noon Of February 11, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 @ 1:30pm At The Given Address Below Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Scope Of Works Involves: Bldg. 1: 4-storey, 12 Cl: General Requirements, Removal/ Demolition Works, Tinsmith Works, Steel Works, Carpentry Works, Plumbing Works, Painting Works, Electrical Works. Bldg.2: 1-storey,2-cl: Removal/ Demolition Works, Tinsmith Works, Carpentry Works, Painting Works, Electrical Works. 11. 12. The Bids And Awards Committee Of City Of Lapu-lapu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 201 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 13. For Further Information, Please Refer To: Dennis T. Benavides Bac Twg City Engineers Office Pusok, Lapu-lapu City Densbenz66@gmail.com 3400015-16(032) 13.you May Visit The Following Websites: Www.lapulapucity.gov.ph For Downloading Of Bidding Documents: (www.philgeps.gov.ph) Ceo Bulletin: City Hall Entrance: Cgso Bulletin: January 16, 2025 Approved By: Ronaldo D. Malacora (sgd.) Oic-general Services Office Bac Chairman

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-14 (id No. Bt-25-infra-hvcdp 39838-0007) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Hvcdp-2025 Current Fund Intends To Apply The Sum Of One Million One Hundred Eighty-five Thousand Pesos Only (p1,185,000.00) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of Greenhouse (rainshelter)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works For The Three (3) Sites Is Required Within Seventy-two (72) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders. Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of Greenhouse (rainshelter) Scope Of Work: 1,185,000.00 One (1) Lot Location - Brgy. Calaguise, Leyte, Leyte 385,000.00 39 Pcs Galvanized Iron Pipe, Schedule 40 And Machine Bolt & Nut 350 Sq M 200 Microns Uv Polyethylene Film With One (1) Extra Roll, Alumninum Channel Profile, And Black Strap 116 Sq M. 24 Mesh Fine Net, Black Shaded Net, And Black Strap 30 Sq M Temporary Facility And Storage 2 Each Project Billboard / Signage 1 Each Recognation Plate 1 L.s. Mobilization / Demobilization 122 Sq M Clearing And Grubbing 1.4 Cu M. Structural Excavation (common Soil) 1.1 Cu M. Structural Concrete, Class A 29 Kgs Reinforcing Steel 87 Bdft Formworks/falseworks 24.19 Sq M Painting Works (metal Painting) Location - Brgy. Pangabutan, Taft, Eastern Samar 410,000.00 39 Pcs Galvanized Iron Pipe, Schedule 40 And Machine Bolt & Nut 350 Sq M 200 Microns Uv Polyethylene Film With One (1) Extra Roll, Alumninum Channel Profile, And Black Strap 116 Sq M. 24 Mesh Fine Net, Black Shaded Net, And Black Strap 30 Sq M Temporary Facility And Storage 2 Each Project Billboard / Signage 1 Each Recognation Plate 1 L.s. Mobilization / Demobilization 122 Sq M Clearing And Grubbing 1.4 Cu M. Structural Excavation (common Soil) 1.1 Cu M. Structural Concrete, Class A 29 Kgs Reinforcing Steel 87 Bdft Formworks/falseworks 24.19 Sq M Painting Works (metal Painting) Location - Brgy. Matelarag, Las Navas, Northern Samar 390,000.00 39 Pcs Galvanized Iron Pipe, Schedule 40 And Machine Bolt & Nut 350 Sq M 200 Microns Uv Polyethylene Film With One (1) Extra Roll, Alumninum Channel Profile, And Black Strap 116 Sq M. 24 Mesh Fine Net, Black Shaded Net, And Black Strap 30 Sq M Temporary Facility And Storage 2 Each Project Billboard / Signage 1 Each Recognation Plate 1 L.s. Mobilization / Demobilization 122 Sq M Clearing And Grubbing 1.4 Cu M. Structural Excavation (common Soil) 1.1 Cu M. Structural Concrete, Class A 29 Kgs Reinforcing Steel 87 Bdft Formworks/falseworks 24.19 Sq M Painting Works (metal Painting) Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Provide Contractor's All Risk Insurance (cari) 2. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 3. Complete The Construction Of Three (3) Sites Within 72 Calendar Days; 4. Provide Necessary Tools For The Satisfactory Completion Of The Project; 5. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 6. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 7. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; If Applicable 8. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 9. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos If Applicable; 10 Attend Pre-construction Meeting. 11. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 12. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 13. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 50% Of The Physical Accomplishment; 2. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Five Thousand Pesos Only (p5,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 28, 2025, 9:00 Am (bac-secretariat Time) At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

Zentrale Vergabestelle Der Samtgemeinden Gieboldehausen, Hattorf Am Harz Und Radolfshausen Tender

Civil And Construction...+1Others
Germany
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Description: Municipality of Elbingerode-extension of a gymnasium to the gymnasium-painting work and WDVs

King Sabata Dalindyebo Local Municipality Tender

Others
South Africa
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Description: Panel Of Five (5) Service Providers To Supply And Deliver Road marking Paint, Road Signs And Equipment For A Period Of Two (02) Years As And When Needed.

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance

City Of Lapu lapu Tender

Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.2 K)
Details: Description Invitation To Bid For Repair Of Various Classrooms Of Mactan National High School- Senior High (4-storey, 24 Classrooms) 1. The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 3,729,844.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair Of Various Classrooms Of Mactan Nhs-sr. High (4-storey, 24 Cl), Mactan, Lapu-lapu City ; Infra 25-08 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 3,729,844.00 ; Infra 25-08: Repair Of Various Classrooms Of Mactan Nhs-sr. High (4-storey, 24 Cl), Mactan, Lapu-lapu City Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Bids And Awards Committee Of City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 C. D. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of City Of Lapu-lapu And Inspect The Bidding Documents At The Address Given Below From 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Jan. 20, 2025(from 8:00 Am To 5:00pm) Until On Or Before 12:00 Noon Of Feb.11, 2025 From Given Address And Website/s Below: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5000.00.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees At The City Government Of Lapu-lapu At City Treasurers Office. 6. The Bids And Awards Committee Of City Of Lapu-lapu Will Hold A Pre-bid Conference On January 28, 2025 At 1:30 Pm At Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. The Significant Times And Deadlines Of Procurement Activities Are Also Shown Below: 1. Advertisement/posting : Jan. 20-26, 2025 @8:00 Am – 4:00 Pm 2. Pre-bid Conference : Jan. 28, 2025 @ 1:30 Pm 3. Bidding Documents Payment Deadline : Jan. 20 To Feb.11, 2025 Until 12:00 Noon 4. Receipt Of Bids : Feb.11, 2025 @ 8:00 Am To 12:00 Noon 5. Opening Of Bids : Feb.11, 2025 @ 1:30 Pm 6. Post Qualification : Feb.13, 2025 @ 1:30 Pm 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 12:00 Noon Of February 11, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 @ 1:30pm At The Given Address Below Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Scope Of Works Involves: General Requirements, Demolition Works, Tinsmith Works, Carpentry Works, Painting Works, Electrical Works. 11. 12. The Bids And Awards Committee Of City Of Lapu-lapu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 201 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 13. For Further Information, Please Refer To: Dennis T. Benavides Bac Twg City Engineers Office Pusok, Lapu-lapu City Densbenz66@gmail.com 3400015-16(032) 13.you May Visit The Following Websites: Www.lapulapucity.gov.ph For Downloading Of Bidding Documents: (www.philgeps.gov.ph) Ceo Bulletin: City Hall Entrance: Cgso Bulletin: January 16, 2025 Approved By: Ronaldo D. Malacora (sgd.) Oic-general Services Office Bac Chairman

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Aerospace and Defence
United States
Closing Soon17 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Market Survey w912hv-25-z-0004 theater Aircraft Corrosion Control Prep Hangar kadena Air Base, Okinawa, Japan introduction: the U.s. Army Corps Of Engineers, Japan District (poj), Is Performing Market Research For A Design-bid-build (dbb) Construction Project. This Announcement Represents A Market Survey That Is Intended For Planning Purposes Only. The Purpose Of This Notice Is To Identify Sources Capable Of Performing This Project And To Receive Responses From Those Firms To Assist The Government's Acquisition Planning. This Survey Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. This Notice Is Not A Solicitation. The Government Will Not Pay For Any Information Provided As A Result Of This Market Survey. this Market Survey Is Intended For Local Sources Only. Local Sources Are Those Sources Physically Located And Licensed To Conduct Business In Japan. Firms Interested And Capable Of Performing This Work Are Highly Encouraged To Submit A Response (submission Requirements Are Located Within This Notice). we Are Committed To Partnering With Industry As Much As We Can Throughout This Process And Therefore Encourage All Interested Companies To Respond To This Sources Sought. Market Research And Industry Feedback Is An Essential Part Of The Acquisition Process. The Information Requested In This Announcement Will Be Used Within Usace-jed To Facilitate Decision-making And Will Not Be Disclosed Outside The Agency. However, Respondents Submitting Business Information Pursuant To This Sources Sought/rfi Announcement Should Consult 41 C.f.r. Parts 105-60 And Other Implementing Regulations Concerning The Release Of Such Information To Third Parties Under The Freedom Of Information Act (foia). All Information Submitted By Respondents That They Consider Confidential And Not Releasable To Third Parties Outside Of Usace, And Its Employees, Agents, Consultants, And Representatives, Must Be Clearly And Conspicuously Marked. system For Award Management (sam) all Interested Companies, Including Joint Ventures, Shall Be Registered In The Sam Database In Order To Be Eligible For Award Of Government Contracts. Https://www.sam.gov local Sources firms Which Have Not Done Business With U.s. Army Corps Of Engineers, Japan Engineering District, Are Requested To Visit The Following Website: Https://www.poj.usace.army.mil/business-with-us/ For General Information. this Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under The Corresponding Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform In Japan, The Type Of Construction Work Specific In The Corresponding Solicitation. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. In Addition, Prior To Award Of The Contracts, Offerors Must Be Registered With The Government Of Japan To Do Construction Work In Japan And Possess Necessary Construction Licenses And Permits To Perform Work Required Under The Corresponding Solicitation. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran.mlit.go.jp/takken. The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. ------------------------------------------------------------------------------------------------------------------------------ project Information project Title: Theater Aircraft Corrosion Control Prep Hangar, Kadena Air Base project Location: Okinawa, Japan product Service Code (psc): Y1bz – Construction Of Other Airfield Structures naics Code: 236220 – Commercial And Institutional Building Construction project Magnitude: Between $100,000,000 And $250,000,000 (dfars 236.204) construction Type: Design-bid-build (dbb) Construction project Description: This Project Is To Construct A Corrosion Control Facility For Painting Large-bodied Aircraft. The Facility Consists Of A Single Bay Paint Booth, Single Bay Prep/wash Hangar, And Support Spaces For Painting And Sanding Operations. The Facility Will Be Constructed Using Steel Frame Construction And Pre-cast Concrete Wall Panels With A Structural Steel Truss Framing System To Supporting A Cast-in-place Concrete Roof. The Project Will Include Supporting Facilities Such As Utilities, Pavements, And Site Improvements To Provide A Complete And Usable Facility. The Facility Should Be Compatible With Applicable United States Department Of Defense, Air Force, And Base Design Standards. This Project Includes An Option Clin For An Exclusion Zone. note: There Is No Requirement For Demolition Of An Existing Hangar. potential Clin Schedule: clin 0001 Construction Of Primary Facility, Site, Site Development And Infrastructure clin 0002 Paint Booth And Prep Hangar Liner clin 0003 Construction Services For Exclusion Zone (option 1) estimated Period Of Performance: 1475 Calendar Days * An Additional 90 Days Will Be Provided Only For Option 0001 (construction Services For Exclusion Zone), If Awarded. Duration Of The Base Contract (clins 0001 And 0002) Is To Remain At 1,475 Calendar Days. The Additional 90 Days Will Be Added To The End Of The 1,475 Days Of Clin 0003 For The Contractor To Perform The Necessary Demolition Of The Turning Lane (constructed Under The Helo Ops Project) And Restoration Of The Off-base Area To Its Original Condition. projected Timeframe For Release Of The Solicitation: After April Of 2025 proposed Procurement Method: The Government Anticipates The Issuance Of A Request For Proposals (rfp) Utilizing Lowest Price Technical Acceptable (lpta) Source Selection Procedures. submission Requirements For Responses To This Market Survey: Interested Sources Are Requested To Answer The Questions In The Attachment 1, W912hv25z0004_cch Market Survey Questions And Email The Completed Form To The Following Individuals No Later Than 2:00 P.m. On 17 February 2025 Japan Standard Time (jst). We Appreciate Your Honest Feedback In Helping To Develop An Effective Acquisition Strategy That Is Advantageous For All Interested Parties. contracting Officer - Jack T. Letscher At Jack.t.letscher@usace.army.mil contract Specialist - Valeria Fisher At Valeria.fisher@usace.army.mil additional Information contracting Office Address: japan District, U.s. Army Corps Of Engineers rm. 116, Bldg. 364, Camp Foster chatan-cho, Okinawa-ken 904-0100 japan attachments: w912hv25z0004_cch Package 2 Market Survey Questions Rev 01 cch Specifications Package 2_draft cch Drawings Package 2 Vol I_draft cch Drawings Package 2 Vol Ii_draft
3961-3970 of 4800 active Tenders