Paint Tenders

Paint Tenders

City Government Iligan Tender

Philippines
Closing Date8 Oct 2024
Tender AmountPHP 2.8 Million (USD 50.1 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund, Intend To Apply The Sum Of P 2,803,686.17 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of 2 Units 1 Classroom Bldg. For Upper Pigsuotan, Brgy. Mandulog, Iligan City (construction Of 1 Unit 2 Classroom Bldg.) With Project No. Cb(b)-24-093 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of 2 Units 1 Classroom Bldg. For Upper Pigsuotan, Brgy. Mandulog, Iligan City (construction Of 1 Unit 2 Classroom Bldg.) Scope Of Work: Staking, Lay-out Of Lines, Grades & Elevation Of The Building To Be Constructed As Per Plan And Specifications; Excavation Work For Footing, Wall Footing, Zocalo, Septic Vault & Grease Traps, Backfilling And Compaction; Concrete Work, Formworks & Scaffoldings For Footings, Wall Footings, Zocalo, Columns, Roof Beams And Slab; Cutting/bending, Installation/fastening Of Grade 40 Rebars; Masonry Works Using 700psi Concrete Hollow Blocks (4" X 8" X 16") For Wallings W/ Plaster Finish, Smooth On Both Sides W/ 10mm Dia. Dsb At 600mm On Center For Bothways; Fabrication & Installation Of Steel Roof Framing & Accessories; Installation Of Roofing Sheets, Fascia Cover, Fastening And Application Of Elastomeric Sealant; Installation Of Door Jambs, Doors, Door Locks, Chalk Boards, Application Of Wood Preservative; Fabrication & Installation Steel Casement Windows; Installation Of Plumbing Lines That Include Water And Waste Lines, Cr Accessories; Installation Of Embedded Electrical Conduits And Junction Boxes; Provide Adequate Construction Safety Signage And Billboards; Clearing, Cleaning And Disposal Of Construction Debris Materials At The Project Site; Proper Turn-over That Includes Submission Of Building And Occupancy Permits. I. Permits And Clearances (q = 1.00 L.s.) Includes Fire Safety Evaluation Clerance Fee, Barangay Clearance For Construction Fee, Professional Fee, White Print (a3). Ii. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x 3"x 14' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 2"x 8' Coco Lumber, Assorted Sizes C.w. Nails. Iii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iv. Mobilization I Demobilization (q = 1.00 Lot) V. Excavation (q = 40.96 Cu.m.) Vi. Backfill & Compaction (q = 13.40 Cu.m.) Vii. Earth Fill (q = 18.70 Cu.m.) Includes Earth Fill, Hauling Cost Of Materials. Viii. Gravel Bedding (q = 21.45 Cu.m.) Includes 11/2" Gravel Bedding (0.10 M Thk.), Hauling Cost Of Materials. Ix.concrete Work, Formwork & Scaffolding (q = 32.45 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, 1/2" X 4' X 8' Marine Plywood, Assorted Sizes Coco Lumber, Assorted Sizes C.w. Nails, Hauling Cost Of Materials. X. Masonry Work (q = 161.55 Sq.m.) Includes 4"x 8"x 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Hauling Cost Of Materials. Xi.steel Reinforcement ( Q = 3,254.43 Kgs.) Includes 16 Mmø X 6000mm Dsb (grade 40), 10 Mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire, Hauling Cost Of Materials. Xii. Steel Work ( Q = 2,811.00 Kgs.) Includes 38 X 38 X 5 X 6000mm Angle Bar, 25 X 25 X 5 X 6000mm Angle Bar, 25 X 25 X 4 X 6000mm Angle Bar, 25 X 3 X 6000mm Flat Bar, 50 X 100 X 12 X 1.2 X 6000mm C Purlins, Welding Rod (6011), Grinding Disk, Cutting Disk, Hauling Cost Of Materials. Xiii. Carpentry ( Q = 1.00 Lot) Includes 6mm Thk. X 4' X 8' Marine Plywood, 1"x 2"x 8" S4s Gimelina Lumber, "x 3"x 10' Gimelina Lumber, 1 1/2" Concrete Nail, Quick Drying Enamel,stating Paint (for School Chalkboard), Hauling Cost Of Materials. Xiv. Doors,windows & Glasswork ( Q = 16.00 Units) Includes Dl: 1000mm X 2100mm Solid Kiln Dried Lumber Panel Door Complete With Kd Door Jambs, Hinges & Heavy Duty Door Lockset (lever Type); D2: 600 X 2100 Mm Flush Door With 12 Mm Thk Phenolic Board Cover On 50 X 100 Mm Kiln Dried Framing Complete With Kd Door Jambs, Hinges & Heavy Duty Door Lockset; W1: 4 - 700 X 1200 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; W2: 3 - 700 X 1200 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; W3: 1- 700 X 600 Mm Steel Casement Window W/ 6 Mm Thk Clear Glass Cover And 10mm Square Bar Grills Spaced At 150mm O.c.b.w.; Hauling Cost Of Materials. Xv.hardware ( Q = 1.00 Lot) Includes Assorted Sizes, Cw & Finishing Nails; Assorted Sizes, Cone. Nails; Concealed Hinges (heavy Duty); Stainless Steel T-bar Pull Handle; Double Roller Cabinet Catch, 32 X 25mm; Wood Preservative, Timberguard; Hauling Cost Of Materials. Xvi. Tinsmithry ( Q = 1.00 Lot) Includes 0.50mm Thk Colored Roofing Long Span Rib Type; 0.50mm Thk X 2400mm Prefab Fascia Cover; 0.50mm Thk X 2400mm Prefab Wall Flashing; 0.50mm Thk X 2400mm Prefab Ridge Roll; Tek Screw; Blind Rivets; Vulca Seal; Hauling Cost Of Materials. Xvii. Plumbing ( Q = 1.00 Lot) Includes Water Closet With Complete Fittings And Accessories, American Standard; Countertop Sink, Porcelain With Complete Fittings And Accessories; 4"x 4" Floor Drain, Stainless; Faucet, Us Patented; Toilet Paper Holder; 4"dia. Pvc Sanitary Tee; 4"dia. Pvc Wye; 4" Dia. Pvc P-trap; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. X 2" Pvc Wye; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 2"dia. Pvc Tee; 2" Dia. Pvc Elbow; Pvc Cement, 400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Union; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. G.i. Coupling; 1/2" Dia. Gate Valve; Teflon Tape (big); Hauling Cost Of Materials. Xviii. Electrical ( Q = 1.00 Lot) Includes Pvc Conduit Pipe, 1/2" Diameter X 3meters; Electrical Panelboard 4 Branches 6 Holes Plug In Type; Utility Box, 2"x 3" W/ Cover, Pvc Depth-type; Tie Wire, G.i. #16 (per Kilo). Approved Budget For The Contract (abc): P 2,803,686.17 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred (100) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre - Procurement: September 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: September 17, 2024 – October 8, 2024 – 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3.pre-bid Conference: September 24, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: October 8, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: October 8, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: September 17, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-093 (ceo-infra)

Municipality Of Kapangan, Benguet Tender

Corrigendum : Closing Date Modified
Philippines
Closing Date7 Oct 2024
Tender AmountPHP 3 Million (USD 53.6 K)
Details: Description Specifications: 1. Vehicle Type: Four-wheel Passenger Van With 4 Doors (2 At The Front For The Driver And Passenger, One Sliding Door Or Barn Door At The Right Side And Tailgate Or Barn Door At The Rear) 2. Engine Size/displacement: 2.5 To 3.0 Liters W/ At Least 350 Nm Torque 3. Drive Type: Rear Wheel Drive 4. Steering: Left Hand Drive With Power-steering System 5. Engine Type: 4 Cylinders, In-line Type, 16 Valves, Double Over Head Cam (dohc)" 6. Alternator And Battery: The Capacity Of The Alternator And Battery Must Be Sufficient To Supply The Additional Load Demands Of All Medical Equipment. (at Least 120 Amp)" 7. Fuel-injector System: Direct Injection, Common Rail" 8. Emission Compliance: Euro 4 9. Fuel Type: Diesel 10. Fuel Tank Capacity: At Least 65 Liters 11. Transmission: Manual With At Least Five (5) Speed + One (1) Reverse 12. Tires:at Least 195 Mm Tire " 13. Brakes: Ventilated Disk On The Front And Ventilated Disk Or Drum Type On The Rear. With Anti-lock Braking System. With Parking Brake 14. Front Suspensions: Mcpherson Strut Or Double Wishbone Or Torsion Bar With Stabilizer 15. Rear Suspensions: Rigid Axle With Leaf Spring And Double Acting Shock Absorbers 16. Wheels: At Least 15 Inch, Aluminum Mag Wheels" 17. Set Of Tools: Hydraulic Jack, Tire Wrench, Flat And Philips Screw Drivers, Set Of Pliers, Adjustable Wrench, Early Warning Device And Spare And Spare Wheel And Tire. 18. Standard Vehicle Lamps: Head Lamps, Tail Lamps, Stop Lamps, Signal Lamps, License Plate Lamps, Fog Lamps And Step Lamps" 19. Vehicle Body Color: White 20. Floor Material: Metal With Anti-static Floor Matting. Each Entry Point Of The Patient Compartment Must Be Fitted With A Diamond Tread Plate Flooring. 21. Standard Dashboard Instrumentations: Speedometer, Odometer, Fuel Gauge, Digital Clock, Warning Lamps For Low Oil Pressure, Cooling Water Level, Overheating, Low Battery Charge, Indicator Lamps For Parking Brake And Head Light High-beam, Engine Check, Door Open. 22. Dashboard Camera: Resolution Of At Least 1920x1080 @30fps, Angle Of View At Least 120 Degrees Diagonal, At Least 2inch Led Display, Minimum Storage Capacity Of 64gb, With Loop Recording, Automatic On/off And Night Vision Recording In Low Light. The Camera Must Be Permanently Installed On The Dashboard Or Windshield. The Power Supply Must Be From The Vehicle Battery. 23. Standard Driver's Cabin Accessories: Am/fm Radio With Speakers, Usb Connector, Front Personal Lamp For Driver And Passenger, Rear View Mirror, Sun Visor And Assist Grips For The Driver And Passenger. 24. "24. Vehicle Glass Widows: The Vehicle Glass Windows (except The Windshield) Must Be Installed With Medium Shade (35% Visible Light Transmitted) Glass Tint." 25. Windshield Wipers: With At Least Two (2) Speed Intermittent With Washer" 26. Air Conditioning System: Dual Type; At The Driver's Cabin And At The Patient Compartment With Independent Controls. 27. Seat Belts: 3 Point Emergency Locking Retractor (elr) Seatbelts For The Driver And Front Passenger. 28. Airbags: Supplemental Restraint System (srs) Airbags For The Driver And For The Front Passenger. 29. Driver And Passenger Side Mirrors: Standard Convex Type, Power Adjustment 30. Vehicle Interior Trim: Moulded Trim. The Ceiling Must Be Provided With Insulation. 31. Stainless Steel Plate On The Rear Bumper To Protect The Bumper When The Ambulance Stretcher Is Being Loaded To The Ambulance. Ii. Emergency Lights, Sirens And Public Address System 1. Emergency Lights: Roof Mounted Light Bar With Red And Green Flashing Led Lights. The Length Of The Light Bar Must Be The Same As The Width Of The Vehicle Roof. 2. Electric Siren And Public Address System: Standard Ambulance Siren Tones (horns, Manual, Wail, Yelp, Phaser, Hilo/two Tone) And With At Least Two 100 Watts Amplifier And Siren Speakers. With Rotary Switch And Momentary Push-button Override Control. Public Address Override With Attached Microphone And Volume Control Knob. 3. Red And Green Flashing Led Lights Mounted On The Upper Part Of The Rear Of The Ambulance. 4. Red And Green Led Flashing Lights Mounted On The Front Grill Of The Ambulance. Iii. Ambulance Body Markings 1. The Front Of The Ambulance Shall Be Marked With A Reflectorized And Capitalized Word "ambulance" Which Is Spelled Out In Reverse (mirror Image). The Height Of Each Letter Shall Be No Less Than 10 Centimeters And The Letters Must Be In Red Color. 2. Each Side Of The Ambulance Body Shall Have The Capitalized Word "ambulance" Not Less Than 15cm In Height And The Letters Must Be In Red Color. 3. The Rear Side Of The Ambulance Shall Be Marked With A Reflectorized And Capitalized Word "ambulance" Not Less Than 15cm In Height. The Letters Must Be In Red Color. 4. The Prescribed Municipal Logo With Diameter Of Not Less Than 36cm Shall Be Placed On The Driver's Door And On The Front Passenger Door. Iv. Patient Compartment 1. Compartment Interior Height: At Least 1600mm" 2. Compartment Interior Width: At Least 1500mm 3. Partition Between The Driver And Patient Compartment: Air Tight, Transparent And Shatter-proof Bulkhead Made Of Metal Transparetn And Shatter Proof Window Measuring At Least 35x30cm 4. Storage Cabinet For Medicines, Instruments And Medical Equipment. A) Built-in Cabinet Made Of White Painted Aluminum Panels Or Other Lightweight, Equivalent Strength Material Such As Fiberglass, Composites And Fiberglass Reinforced Plastics. The Cabinet Must Be Mounted On The Upper Left Side Of The Patient Compartment And Must Be At Least 200cm But Must Not Be More Than 210cm In Length. The Cabinet Must Be Firmly Anchored (bolted Or Welded) To Tapping Plates Of The Body Structure. B) The Cabinet Must Have Transparent And Shatter-proof Sliding Doors With Low Profile Handles. The Sliding Doors Must Be Easily Opened But Must Not Open During Transit. The Sliding Doors Must Be Fitted With Automatic Latch Or Friction Holding Device. C) The Cabinet Must Have At Least 4 Shelves With At Least One Shelf Designed To Fit And Carry Heavy Medical Equipment Such As The Defibrillator And Nebulizer. The Shelves Must Have A Depth At Least 30cm But Must Not Be More Than 50cm. 5. Compartment For The Folding Stretcher And Scoop Stretcher: Installed Below The Storage Cabinet, Made Of White Painted Aluminum Panels Or Other Lightweight, Equivalent Strength Materials Such As Fiberglass, Composites And Fiberglass Reinforced Plastics. The Compartment Must Be At Least 200cm But Must Not Be More Than 210cm In Length. The Cabinet Must Be Firmly Anchored (bolted Or Welded) To Tapping Plates Of The Body Structure. 6. Bench For Medical Personnel: The Ambulance Must Be Fitted With 3-seater Bench Permanently Mounted On The Ambulance Floor; One On The Head Side Of The Patient And One On The Right Side Of The Patient Compartment. The Bench (seat And Backrest) Must Be Made Of Sturdy Aluminum Frame And Panels Coated With White Color Paint Or Other Lightweight, Equivalent Strength Material Such As Fiberglass Reinforced Plastics Or Plastic Laminated. The Seat And Backrest Must Be Fitted With Mattress Made Of Polyurethane Foam Covered With A Washable Leatherette Material. The Construction Of The Bench Must Be In Such A Way That The Underneath Can Be Used As A Compartment. The Bench Must Have A 2 Point Seatbelt For Each Person. 7. Overhead Lighting: At Least 2 Led White Lights With Low Light Option 8. Grab Rail: Aluminum Or Stainless Steel Grab Rail At Least 120cm Long. 10cm Depth (maximum) Installed On The Ceiling Right Above The Patient/ambulance Stretcher.with Two (2) Stability/hand Strap, At Least 30cm Long Attached To The Grab Rail. (but Does Not Pose As Hazard To Anyone) 9. 220v Ac Supply: The Patient Compartment Must Be Installed With An Electronic Inverter With A Capacity Of At Least 2kva And An Output Voltage Of 220v, 60hz. At Least Five (5) Convenience Outlets Must Be Installed At The Different Points On The Compartment To Supply Power To The Medical Equipment. 10. Intercom System: Intra- Vehicle Intercom System Must Be Fitted To Serve As Voice Communication Between The Driver And Personnel In The Patient Compartment. V. Communication Equipment Two (2) Pieces Cellular Phones (one For The Ambulance And One For The Rural Health Unit/base). The Cellular Phones Must Be 4g Network, With Internal Memory Of At Least 64gb 4g Ram Smartphones. The Phones Must Be Provided With Sim Cards, Battery Charger. Vi. Medical Equipment And Instruments 1. Ambulance Stretcher A. Length: 180-185cm B. Width: 48-55cm C. Loading Height Should Match The Vehicle Floor Height D. Loading Capacity: At Least 175kg E. Materials: Stainless Steel, High Grade Aluminum Alloy F. Head Part Rising Angle: At Least 75° G. Knee Part Rising Angle: 15° H. With Collapsible Side Rails And Quick Release Patient Restrain System I. With Durable Folding Leg Mechanism J. The Mattress Must Be Made Of High-density Polyester Fiber Foam With A Thickness Of At Least 5cm And Covered With Waterproof Vinyl Material. K. Wheels: 200-210mm Diameter, Fixed Front With Locking Brakes And Auto-directional Rear And With 50-55cm Loading Carriage Wheels. L. Loading Rail Mounted In The Ambulance With Latching System M. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 2. Automated External Defibrillator (aed) A. Two-button Operation: On/off, Discharge (shock Button) B. Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device. C. Automatically Evaluates Patient Impedance For Proper Pad Contact. D. Automatically Analyses Patient Ecg Condition For Shockable Or Non-shockable Rhythms. E. Patient Ecg Acquired Through Defibrillator Pads F. Energy Output: Up To 200 Joules Of Higher G. Energy Output Accuracy: ± 15% H. Pulse Shape: Bi-phasic I. Charge Time: Maximum 15seconds J. Battery Capacity: Capable Of Providing 20 Discharges At Maximum Energy. K. Power Supply I. 220v, 60hz Ii. Re-chargeable Backup Battery With A Charge Shelf Life Of 7 Days. The Battery Charger Circuit Must Charge The Battery When The Equipment Is Connected To The Main Power Source. Automatic Switch From Mains Power Operating Mode And Vice-versa. L. Visible And Audible Indicators: I. Low Battery Ii. Pad Skin Contact/ Pad Disconnection Iii. Aed Status M. Defibrillator Pads (self-adhesive, Disposable And Non-polarized) At Least Five (5) Pairs For Adult And At Least Five (5) Pairs For Pedia. N. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment 3. Nebulizer A. Diaphragm Type Pump Assembly B. Replaceable Air Filter C. Compartment For Storing The Nebulizer Kit Air Tube D. Power Supply: 220v, 60hz E. Compressor Pressure: At Least 20psi F. Standard Accessories: Two Mouth Piece With Tubing, Two Adult Mask And Two Pedia Mask, Air Filters. G. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 4. Portable Suction Machine A. Suction Gauge/read Out: Analogue Or Digital B. Vacuum Regulator With Variable Control C. Collection Container: At Least One (1) Liter Capacity, Must Be Autoclavable Including The Lid. D. Suction Tubes: Silicon Material E. With Overflow Sensors F. With Bacterial Filters On The Suction Side G. Power Supply: 220v,60hz H. Vacuum Power: Up To 60kpa I. The Suction Machine Must Be Placed In A Cart Mounted On The Head Side Of The Patient. J. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 5. Examining Light (mounted On The Head Side Of The Patient) A. Flexible Holder Light Head B. Led White Light C. Power Supply: 220v, 60hz D. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marks On The Visible Part Of The Equipment. 6. Aneroid Sphygmomanometer (mounted On The Ambulance Wall On The Head Side Of The Patient) A. Manometer Size: At Least 5inches Diagonal Size B. Manometer Gauge Maximum Pressure Reading: 300mmhg C. Manometer Accuracy: ± 3mmhg D. Inflatable Rubber Cuff With Durable And Flexible Cover And Velcro Strips: I. Bandage Cuff For Adult Ii. Bandage Cuff For Pedia Iii. Bandage Cuff For Obese E. Latex Free Rubber Tubes With At Least 30cm In Length F. Latex Free Inflatable Bulb With Release Valve G. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 7. Folding Stretcher A. Length: At Least 1900mm B. Width: At Least 530mm C. Loading Capacity: At Least 120kg D. The Stretcher Must Have A Quick Release Patient Restrain System. E. Frame Material: High Grade Aluminum F. Frame Must Be Made Of Sturdy Lightweight, Non-twisting Construction And With Rubber Handles. G. Stretcher Bed Material Must Be Washable H. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 8. Scoop Stretcher A. Length: At Least 200cm B. Adjustable Length C. Width: At Least 42cm D. Loading Capacity: At Least 150kg E. The Stretcher Must Have At Least Three (3) Quick Release Patient Restrain System. F. Frame Material: High Grade Aluminum G. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 9. Heavy Duty Stethoscopes (1 Pediatric And 1 Adult) A. Two-sided Chest Piece B. Stainless Stell Chest Piece C. Combination Diaphragm And Bell Type D. Rubberized Ear Tips E. Rubberized Tubing Black F. Standard Accessories: I. Spare Ear Tip - 2pcs. Each For Pediatric And Adult Ii. Spare Diaphram And Ring - 1pc. Each For Pediatric And Adult G. Non-removable Municipal Logo And The Words "for Ambulance Use Only" Must Be Marked On The Visible Part Of The Container Box. 10. Non-contact Thermometer A. Measuring Scale: Degree Celsius B. Lcd Or Led Display With At Least Three (3) Digit Measurement Display. C. Components Must Have No Glass And Mercury Materials D. Measurement Range: 34°c To 42°c Or Wider Range E. Beep Sound Upon Measurement F. Switch Off Automatically When Not In Use. G. Battery Operated. H. With Low Battery Indicator I. Non-removable Municipal Logo And The Words “for Ambulance Use Only" Must Be Marked On The Visible Part Of The Equipment. 11. Blood-glucose, Hemoglobin And Lactate Meter With Strip A. Display: Lcd Or Led Digital Display B. Displayed Parameters I. Blood Glucose Level In Mg/ Dl Or Mmol/1; Hemoglobin In G/dl, Lactate In G/dl Ii. Date And Time Of Test C. Memory Capacity: At Least 1000 Measurements D. Battery Life: At Least 3,000 Measurements E. Accessories: I. Lancing Device Ii. At Least 50 Lancets Iii. At Least 50 Test Strips Iv. Carrying Case I. Non-removable Municipal Logo And The Words “for Ambulance Use Only” Must Be Marked On The Visible Part Of The Equipment. 12. Manual Resuscitators For Adult, Pediatric And Infant A. Made Of 100% Silicon With Visible Markings In The Bag As Autoclavable. B. With Pressure Relief Valve C. Capacity: I. Within 1500 To 1700ml For Adult Ii. Within 500 To 750 Ml For Pedia Iii. Within 250 To 370 For Infant D. Accessories I. Face Mask For Adult, Pedia And Infant - 2 Pcs. Each Ii. Oral Airway For Adult, Pedia And Infant) - 3 Pcs. Each Iii. Reservoir Bag And Oxygen Tubing E. The Resuscitators And Accessories Must Be Placed/stored In A Hard Plastic Container. F. Non-removable Municipal Logo And The Words “for Ambulance Use Only” Must Be Marked On The Visible Part Of The Equipment Or Container 13. Oxygen Cylinder With Oxygen Therapy Set A. At Least 20 Pounds Capacity B. Must Be Color Green C. Oxygen Therapy Set I. Gauge Reading: 1,800 Psi Or Higher Ii. Flowmeter: 0 To 15 Ii/min Iii. Humidifier Bottle: Hard Plastic, Capacity: 200ml To 300ml Iv. Accessories: Mouth Piece, Tubing, Open Wrench For Installing The Therapy Set To The Cylinder. D. The Cylinder Must Be Placed In A Holder Mounted On The Head Side Of The Patient. E. Non-removable Municipal Logo And The Words “for Ambulance Use Only” Must Be Marked On The Visible Part Of The Equipment. 14. Laryngoscope Set A. Fiber Optic Led Light Source Or Xenon Light B. Stainless Steel Blades, Sizes: 2, 3, 4 C. Stainless Steel Handle D. The Device Must Be Autoclavable E. Battery Operated F. Non-removable Municipal Logo And The Words “for Ambulance Use Only” Must Be Marked Visible Part Of The Container Box. 15. Immobilization Devices A. Cervical Collars I. At Least 2 Pieces - Rigid For Children Ages 2 Years Or Older Ii. At Least 2 Pieces Each- Child And Adult Sizes (small, Medium, Large). B. At Least 2 Pieces - Head Immobilization Device (not Sand Bags): Firm Padding Or Commercial Device. C. Lower Extremity (femur) Traction Devices (at Least 2 Pieces Each) I. Limb-support Slings Ii. Padded Ankle Hitch Iii. Padded Pelvic Support Iv. Traction Strap (adult & Child Sizes) D. Upper And Lower Extremity Immobilization Devices- Made Of Appropriate Materials (metal, Wood, Plastic) I. Upper Extremities- Supports Joint Above And Below The Fracture; At Least 2 Pieces Adult Size; At Least 2 Pieces For Children Ii. Lower Extremities- Supports Joint Above And Below The Fracture; At Least 2 Pieces Adult Size; At Least 2 Pieces For Children E. At Least 2 Pieces - Resistant Straps Or Cravats 16. Delivery Set All Instruments Must Be Surgical Grade Stainless Steel Material With ±0.4 Inch Measurement Tolerance A. 1pc. Sponge Holding Forceps, Rampley 9.5" B. 1pc. Kidney Dish 10" C. 1pc. Bowl 200mm D. 1pc. Umbilical Scissors, American, Straight 4.5" E. 1pc. Needle Holder Mayo Hegar Straight 6.5" F. 1pc. Episiotomy Scissors 14.5cm G. 1pc. Hartmann Mosquito Artery Forceps Straight 120mm H. 1pc. Treves Dissecting Forceps, Plain, 200mm I. 1pc. Spencerwells Artery Forceps Curved 6" J. 1pc Kocher Artery Forceps, Toothed Straight 6" K. Non-removable Municipal Logo And The Words “for Ambulance Use Only" Must Be Marked On The Visible Part Of The Instrument Container Box. Vii. Other Equipment And Accessories Note: The Items Below (except The Iv Holder) Must Be Marked With Non-removable Municipal Logo And The Words "for Ambulance Use Only" On The Visible Part Of The Equipment. 1. Fire Extinguisher (rating 2a 10bc) With Holder Mounted On The Ambulance Floor. 2. Heavy Duty Led Flash Light With At Least 1,000 Lumens Of Brightness With Extra Batteries. 3. Iv Holder (mounted On The Ambulance Wall Head Side Of The Patient). 4. Digital Clock With At Least 4 Inch Display Mounted On The Ambulance Wall. 5. Garbage Container At Least 3 Liter Capacity And Made Of Fiberglass Reinforced Plastic Or Acrylonitrile Butadiene Styrene (abs) Plastic Material And With Lid Cover. The Container Must Be Properly Labelled And Must Be Mounted On The Ambulance Floor. 6. Sharps Container With Sliding Lid And At Least 1 Liter Capacity, Made Of Fiberglass Reinforced Plastic Or Abs Plastic Material. The Container Must Be Mounted On The Ambulance Wall. Viii. Other Requirements To Be Submitted During The Bid Opening 1. Product Brochure(s) Or Technical Data Sheet(s) In Hard Or Soft Copies Showing The Technical Specifications Of The Following In English Language: A. Ambulance Vehicle B. Emergency Lights, Siren And Public Address C. Ambulance Stretcher D. Automatic External Defibrillator E. Nebulizer F. Examining Light G. Aneroid Sphygmomanometer H. Folding Stretcher I. Scoop Stretcher J. Heavy Duty Stethoscopes K. Non-contact Thermometer L. Blood Glucose, Hemoglobinometer And Lactate Meter M. Manual Resuscitators N. Suction Machine O. Oxygen Therapy Set P. Laryngoscopes Set Q. Delivery Set R. Air Purifier 2. Valid Marketing Authorization, Registration Approval Or Free Sale Certificate For The Automatic External Defibrillator Issued By The Health Authority In The Country Of Origin. 3. Valid Certificate Of Distributorship (as First Tier Distributor) Issued By The Foreign Manufacturers Or Local Distributors Of The Medical Equipment And Instruments Authorizing The Bidder To Sell/distribute Their Products. 4. Notarized Certificate From The Bidder: A) That The Brands Of The Medical Equipment And Instruments Have Been In The Local Market For At Least Five (5) Years. B) That Medical Equipment And Instruments Are Brand New, Unused, Not Discontinued Models And Were Not Subjected To Any Product Recall. 5. Bidder's Valid And Current License To Operate (lto) As A Medical Device Distributor Issued By The Philippine Food And Drug Administration. 6. Valid And Current Certification Of Product Registration (cpr) For The Thermometer, Lancets In The Blood-glucose Meter And Manual Resuscitator Issued By The Philippine Food And Drug Administration (pfda) 7. Notarized Certificate From The Manufacturer Or Local Dealer Of The Ambulance/vehicle: A. That The Manufacturer Has Been Manufacturing Vehicles With Diesel Engines For The Past (25) Years. B. That The Ambulance/vehicle Is Brand New, Unused, Not A Discontinued Model And Was Not Subjected To Any Product Recall. 8. Proof/s (such As Sales Invoice) That The Brand Of The Vehicle Has Already Been Sold In The Country As An Ambulance. 9. Requirement/s If Declared The Lowest/single Calculated Bid Site Inspection To The Bidder's Facility To Verify/validate The Capability And Capacity Of The Bidder To Fabricate The Ambulances. The Inspection Shall Be Conducted By The Procuring Entity Technical Working Group. 10. Requirements If Awarded The Contract 10.1 The Supplier Shall Provide Orientation/training On The Use And Maintenance Of The Ambulance, Medical Equipment And Instruments On A Schedule To Be Agreed Upon By Procuring Entity And The Winning Bidder. 10.2 The Supplier Shall Submit/provide The Following To The End User: A. Operator's Manual In English Language For The Ambulance, Medical Equipment And Instruments. B. Warranty Certificate For Not Less Than Three (3) Years On Parts And Not Less Than Five (5) Years On Services For The Ambulance. The Manufacturer/dealer Shall Either Repair Or Replace Any Item Or Part In The Ambulance That Is Found To Be Defective In Material Or In Workmanship Under Normal Use. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. The Warranty Certificate Shall Include The Following: B.1. That The Warranty For The Vehicle Shall Not Be Affected In Case A Change Of Dealer Occurs. B.2. That If The Ambulance Is Unable To Return To The Service Center During The Warranty Period, The Manufacturer/dealer Shall Provide Mechanics And/or Technicians That Can Perform On Site Service And Maintenance, Provided That The End User Will Shoulder The Travel Expenses. C. Warranty Certificate For Two (2) Years On Parts And Services For Medical Equipment, Instruments And Ambulance Accessories. The Supplier Shall Either Repair Or Replace Any Item Or Part In The Said Equipment That Is Found To Be Defective In Material Or In Workmanship Under Normal Use. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. The Warranty Certificate Shall Include The Following: C.1. The Bidder Shall Conduct The Necessary Corrective Maintenance Within Fifteen (15) Calendar Days Upon Notification Of Equipment Breakdown From The End-user. C.2. The Bidder Shall Have The Primary Responsibility And Accountability To Ensure That In Case Of Defects, The Vehicle, Equipment, Instruments And/or Peripherals Are Appropriately Repaired Or Replaced And Shall Be In Good Working Condition Thereafter. D. At Least Three (3) Years Validity Of Vehicle Land Transportation Office (lto) Registration With Red Plate. The "body Type" Reflected In The Certificate Of Registration Shall Be Ambulance. E. Third Party Liability (tpl) Vehicle Insurance For One (i) Year And Comprehensive Gsis Vehicle Insurance For One(i) Year. 11. Delivery 11.1. The Delivery Of The Ambulances Must Be Completed Within 70 Calendar Days Upon Receipt Of Notice To Proceed. 11.2. Upon Delivery, Each Ambulance Shall Undergo Preliminary Physical Inspection By The Inspection Team Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Units. All Medical Equipment, Instruments, Ambulance Accessories And Peripherals Must Be Properly Functioning And Without Physical Damage. 12. Payment Payment Shall Be Per Delivery And Acceptance Of The Procuring Entity

Department Of Agriculture Tender

Philippines
Closing Date7 Oct 2024
Tender AmountPHP 1 Million (USD 18.8 K)
Details: Description Invitation To Bid For The Procurement Of Various Agricultural Supplies Under Saad Program Cy 2024 1. The Department Of Agriculture Regional Field Office Iva Through The Saad Program Intends To Apply The Sum Of One Million Fifty-three Thousand Eight Hundred Pesos (ᵽ 1,053,800.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Agricultural Supplies Under Saad Program Cy 2024 With Project Identification No.: Itb-2024-09-231. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Unit Item Description Quantity Total Cost Pcs Shovel 238 130,900.00 Heavy Duty: All Steel Blade: Gauge 16 Tempered Steel Blade, Round Point Handle: At Least 90 Cm Long With 1.5-inch Diameter Pcs Pick Mattock (piko) 180 126,000.00 Blade: 4.5 Lbs, Material: Rail Steel Handle 90 Cm In Length, Material: Wood Pcs Bolo 180 122,400.00 2 Ft Long Blade: 13 Inches In Length 2 Inches Maximum Width Material: Molye Or Leaf Spring Wooden Handle: 11 Inches Roll Uv Plastic Sheet 5 200,000.00 200 Microns 7 Meters X 90 Meters (roll) Uv Treated Plastic Anti Dust, Anti Fog, And Anti Drip Additives That Enable Efficiency For Long Term Activity Frosty Transparent Approx Weight: 122 Kg/roll Pcs Seedling Trays: 104 Holes 1004 50,200.00 Tray Size: L 525 Mm X W 270 Mm X H 45 Mm Cell Size: Top Diameter 45 Mm, Height 45 Mm Thickness: 0.75 Mm Made Of Plastic Materials, Durable, Reusable And Uv Resistant Roll Trellising Twine For Vegetables 331 99,300.00 Size: 2.5 M X 11 M Made From Polypropylene With Ultraviolet Materials High Quality/high Tensile Strength, Durable Length: 1000m 2 Ply Color: Black Weight: 800 Grams Pcs Plastic Drum With Cover 130 325,000.00 Capacity: 200l, Hard And Durable And Can Withstand Extreme Temperatures Color: Blue With Saad Calabarzon Logo And Painted With "not For Sale" Place Of Delivery: Tingloy, Batangas; Alabat, Perez And Quezon, Quezon Delivery Of The Goods Is Required Within Forty-five (45) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On September 25, 2024 09:30 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 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, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before October 7, 2024 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 7, 2024 9:30 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: September 17, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

Department Of Agriculture Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 4 Million (USD 71.5 K)
Details: Description Section I. Invitation To Bid Da8-infra-2024-0023 (pr No. Bt-24-infra-bar-47016-0028) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Bar Fund Intends To Apply The Sum Of Four Million Pesos Only (p4,000,000.00) Being The Approved Budget For The Contract (abc) To Payment For The “supply Of Labor And Materials For The Establishment Of Plant Genetic Resource Center At Abuyog Experiment Station, Brgy. Balinsasayao, Abuyog, 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 Is Required Within One Hundred Twenty-six (126) 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 Unit Desription Estimated Total Cost Supply Of Labor And Materials For The Establishment Of Plant Genetic Resource Center At Abuyog Experiment Station, Brgy. Balinsasayao, Abuyog, Leyte 4,000,000.00 Scope Of Work: 1 L.s. Permits & Clearances 32 Sq.ft. Project Billboard/signboard 1 L.s. Occupational Health & Safety Program 1 L.s. Mobilization/demobilization 156 Sq.m. Removal Of Structures 30 Cu.m. Excavation 42 Cu.m. Embankment 49.93 Cu.m. Structural Concrete 5588.29 K.g. Reinforcing Steel 286 Sq.m. Formworks/falseworks 247 Ln.m. Pre-panted Metal Sheets 11 Fixtures Plumbing Works 55.13 Sq.m. Hardware (doors & Windows) 157.4 Sq.m. Ceramic/granite Tiles 1108 Sq.m. Painting Works 190 Sq.m. Non Structural Metal Framing 43 Sq.m. Carpentry & Joinery Works 232 Sq.m. Masonry Works 452 Sq.m. Cement Plaster Finish 2455.74 K.g. Metal Structures 31 Outlets Wiring & Wiring Devices 20 Devices Power Load Center, Switchgear And Panelboards & Other Overcurrent Protection Devices 68 Fixtures Lighting Fixtures And Lamps 9 Sets Air Conditioning & Ventilating System Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1 Submit Certificate Of Project Site Inspection Issued By Station Superintendent Or Affidavit Of Site Inspection; 2 Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B. All Participating Bidders 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 Provide Contractor’s All Risk Insurance (cari) D. Winning Bidder Shall: 1 Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). 2 Complete Construction Of The Facility, Within 126 Calendar Days; 3 Provide Necessary Tools For The Satisfactory Completion Of The Project; 4 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; 5 Assign A Licensed Project Engineer Either Agricultural Engineer Or Civil Engineer That Will Oversee The Daily Construction Activities On Site; 6 Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7 Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8 Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar. 9 Attend Pre-construction Meeting. 10 In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Chart Within 10 Days Of The Succeeding Month. 11 Secure The Necessary Permits Required For The Project Implementation. 12 Strictly Observe Construction Safety Rules And Health Program As 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 Atleast 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay. F. Be Paid Through Progress Billing In The Following Schedule, 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. A. At Least 50% Of The Physical Accomplishment B. 100% Of The Physical Accomplishments G. Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: A. Advance Payment Bond By The Bidder B. 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 September 25, 2024 To October 16, 2024 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 October 02, 2024, 9:00 Am 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 October 16, 2024, 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 October 16, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 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 - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 9.8 Million (USD 177 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: 1. Contract Id : 25ih0003 Contract Name : Construction Of Multi-purpose Building (covered Court), 803rd Infantry Brigade, 8id, Philippine Army, Camp Sumoroy, Barangay Dalakit, Catarman, Northern Samar Contract Location : Catarman Northern Samar Brief Description/scope Of Work : Complete Construction Of Multi Purpose Building (covered Court/evacuation Center) W/ A Total Floor Area Of 635.00 Sq.m. (20m X 30m Covered Court Plus 7m X 5m Stage) Which Includes Individual Removal Of Trees, 150-300mm Dia. (small) & 301-500mm Dia., Electrical Works, Painting Works, Storm Drainage & Downspout & Catch Basin) Approved Budget For The Contract (abc) : Php 9,899,715.40 Source Of Funds : Fy 2025 Gaa Contract Duration : 172 Calendar Days Cost Of Bidding Document : Php 10,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “small B” & “medium A” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0003 - Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys), 25ih0001 & 25ih0002 - Rcp – Roads: Construction – Pccp, 25ih0004 - Rcsps – Roads: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 (lrr) 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. 5. Interested Bidders May Obtain Further Information From The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents September 26, 2024 – October 16, 2024 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference October 4, 2024 @ 10:00 A.m. At The Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids October 16, 2024 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) October 16, 2024@ 1:00 P.m. Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 7. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 16, 2024 @ 1:00 P.m. At Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vivian G. Biaco Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : September 26, 2024 – October 2, 2024 Dpwh-nsfdeo Bulletin Board

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Soon4 Oct 2024
Tender AmountRefer Documents 
Details: Description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. this Procurement Will Result In One Indefinite Delivery / Indefinite Quantity Architect-engineer (a-e) Multi-discipline Engineering Services Contract As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects (mep). Work Under The Contract Is Anticipated To Occur Primarily At Naval Facilities Engineering Systems Command (navfac) Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. However, Work May Be Ordered Throughout The Navfac Mid-atlantic Aor And Navfac Worldwide (rare Occasion). These Services Will Be Procured In Accordance With 40 U.s.c. Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Contract Will Be For A Five-year Term. The Total Fee For The Contract Term Shall Not Exceed $60,000,000. The Guaranteed Minimum For The Contract Term Is $5,000. Firm-fixed Price Task Orders Will Be Negotiated For This Contract. There Will Be No Dollar Limit Per Task Order And No Dollar Limit Per Year. Estimated Start Date Is August 2025. this Proposed Contract Is Being Solicited As A Total Small Business Set-aside. The Small Business Size Standard Classification Is North American Industrial Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria. the Market Research Study N4008524r2674 Conducted By Navfac Mid-atlantic Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement Under Total Small Businesses. The Navfac Mid-atlantic Small Business Office Concurs With This Decision. the Type Of Services Expected To Be Performed Under This Contract Are Mostly New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities, And Infrastructure. typical Task Orders Issue Under This Contract Are Expected To Range Between $50,000 To $500,000; With Resulting Construction Costs From $500,000 To $5,000,000. Project Programs Typically Supporting This Contract Are Major Maintenance Repair Program (mmrp) And Special Projects. The Projects Will Include Delivery Of Both Design-build And Design-bid-build Project Design As Well As Ae-specific Study/evaluation Work. utility Systems Will Include Steam; Low Pressure Compressed Air; Fresh Water; Sanitary Sewer; Oily Wastewater Collection; High Voltage To Low Voltage Electrical; Fire Protection And Alarm Systems; Control Systems And Lighting. Specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. a-e Services Will Also Be Required For Design And Construction Services In Support Of New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities. A-e Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To, Geotechnical, Civil, Structural, Architectural, Mechanical, Electrical, Plumbing, Fire Protection, And Cost Engineering. prospective A-e Firms, Will Primarily Perform Mechanical And Electrical Design Services Under The Contract; However, The Following Types Of A-e Services, That Require Multiple Engineering Design Disciplines, May Be Required Under This Contract: a) Investigative Services, Including: surveys Of Existing Facilities Structural, Mechanical, Electrical & Plumbing Systems. surveys Of Existing Site Utilities. recommendations On Potential Utilities Impact On Existing Systems. facility Life Safety Code Analysis. hazardous Material Surveys And Analysis. energy Utilization Studies And Recommendations. identification Of Sustainable Features. b) Design Services & Deliverables, Including: 1) Development Of Design-build Rfp Packages Including Schematic Concept Drawings And Environmental Studies 2) Development Of Comprehensive Design-bid-build Packages That Include Full Plans And Specifications 3) Construction Cost Estimates 4) Calculations c) Mechanical / Electrical Design Services In The Following Areas: energy Supply (oil, Gas, Steam, Hot Or Chilled Water Supply. heat Generating Systems (boilers, Primary Pumps, Auxiliary Equipment, Etc.). cooling Generating Systems (chillers, Cooling Towers, Primary Pumps, Condensing Units, split System Heat Pump-outdoor Units, Etc.) distribution Systems (ahus, Fcus, Vav Systems, Fans Exhaust Fans, Supply Fans, Heat exchangers, Pumps, Convectors, Duct Heaters, Etc.) terminal And Package Units (ptacs, Pthps, Wshps, Package/rooftop Air conditioners And Heat Pumps, Furnaces, Etc.) controls (ddc, Stand-alone Controllers, Etc.) system Testing & Balancing (piping And Air System Testing And Balancing). high Voltage And Low Voltage Electrical Systems. specialized Services For Telecommunications (telephone, Television, Fiber Optics, Cyber Security, Supervisory Control And Data Acquisition (scada) Control System, And Local Area Network (lan)), Physical Security, Audio-visual And Collateral Equipment May Be Required. d) Construction Services Such As The Following Services: 1) Contractor Submittal Reviews 2) Field Consultation And Special Inspections 3) Electronic Operation And Maintenance Support Information (eomsi) 4) Obtaining Environmental Permits And Regulatory Approvals 5) As-built And Record Document Preparation a-e Firms Are Required To Prepare Cost Estimates Utilizing The Mcaces Mii Estimating System, Specifications In The Specsintact Program, Design-build Rfps Utilizing Navfac Design-build Masters, And Drawings In Autocad (2020 Or Higher) Or Revit (2020 Or Higher) Utilizing The National Cadd Standards Format With Navfac Specified Modifications. 3d Renderings And Bim Modeling May Also Be Required. A-e Firms Or Others Under Contract Or Providing Services To Navfac May Request Software Installation Packages From Navfac Atlantic Ci Cost. The A-e Is To Send An Email To Navfac-ci-cost@navy.mil With The Following In The Subject Section "mii License Request". Software Is Generally Distributed To A-es Free Of Charge; However, Accompanying Database Licenses Must Be Purchased And Licensed As Appropriate By The User. asbestos And/or Lead-based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. A-e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Groundwater/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces. as Defined By Paragraph 1-5 Of Ufc 3-600-01, Fire Protection Engineering For Facilities, This Contract Will Require The Services Of A Licensed Fire Protection Engineer Or Sub-consultant. all Engineering And Design Services Shall Comply With The Most Current Edition Of Fc 1-300-09n Navy & Marine Corps Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org). Selected A-e Firm Is Required To Have Online Access To Web-based Support Programs And Email Via The Internet For Routine Exchange Of Correspondence/information. A-e Firm Is Required To Submit And Maintain An A-e Accident Prevention Plan (app) In Accordance With Usace Em 385-1-1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In-field Action. Key Personnel, Including Sub-consultants, Must Be U.s. Citizens And Able To Obtain Security Clearances As Required. all Contractors Are Advised That A Unique Entity Identifier Is Required Prior To Award. Contract Must Complete The Registration In System For Award Management (sam) Database By Selecting “entity Information”. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site (https://www.sam.gov) Entity Information Section. the Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. interviews May Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Clarify Information Contained In The Sf330 Submittal. Elaborate Presentations Are Not Desired. selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. Failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. The Selection Of Architects And Engineers Statute And Far Part 36.6 Selection Procedures Apply. the A-e Must Demonstrate The Team’s Qualifications With Respect To The Published Evaluation Criteria. Failure To Provide Complete Submission Information Defined In The Evaluation Criteria Below May Affect A Firm’s Qualification Ratings. Evaluation Criteria (1) Through (3) Are Considered Most Important And Are Equal Among Themselves; Criteria (4) And (5) Are Of Slightly Less Importance And Are Equal Among Themselves; Criteria (6) Is Of The Least Importance And Will Be Used Only As A Tiebreaker Among Technically Equal Firms. Specific Evaluation Criteria Include: specialized Experience professional Qualifications past Performance quality Control program Management, Capacity & Firm Location volume Of Work criterion 1 – Specialized Experience (sf330, Part I, Section F): firms Will Be Evaluated Based On The Demonstration Of Specialized Experience In The Following Areas: preliminary Site Analysis To Determine Existing Conditions Which May Include Researching Utility Maps And As-built Record Drawings, Assessing Existing Utility And Identifying The Potential For Abandoned Or Unmapped Utilities; preparation Of Phasing Plans For Multi-phased Construction Projects; performing Facility Planning Studies, Including The Developing Of Requirements, Preparing Engineering Evaluations, Project Scope, And Unit Guidance Or Parametric Cost Estimating. project Development Including The Development Of Alternatives And Economic Analysis, Analysis Of Proposed Site Utilities Access, Constraints, And Identification Of Environmental Issues; design Of Antiterrorism And Security Projects Such As Installation Security Fencing, Entry Control Facilities, Lighting, And Other Force Protection Measures; incorporation Of Navy And Marine Corps Criteria Into Contract Packages; And providing Post-construction-award-services (shop Drawing Review, Record Drawings Preparation, Construction Inspection Services, And Omsi. firms May Be Considered More Favorably By Demonstrating The Following: firms Submitting Projects Showing They Have Experience Working On Department Of Defense Projects. firms Demonstrating Greater Depth Of Experience In The Described Areas. firms Submitting Projects Showing Experience Completing Projects That Include Multi-disciplined Efforts. firms Submitting Projects Showing They Have Recent Experience Completing Relevant Projects Within The Primary Geographic Area Of This Contract That Demonstrate Experience With Codes, Laws, And Permitting In North And South Carolina. firms Demonstrating Experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach. submission Requirements: provide A Minimum Of Four (4) Up To A Maximum Of Seven (7) Projects That Best Demonstrate Specialized Experience Of The Proposed Team In Each The Seven Areas Outlined Above. To Be Considered, Projects Must Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis With The Completion Date Clearly Stated. submitted Relevant Projects Shall Demonstrate The Following Characteristics In Addition To Meeting The Other Requirements Set Forth In This Criterion: offerors Shall Have Acted As The Designer Of Record On Submitted Projects. experience With Both New Construction (at Least One (1) Project) And Renovation (at Least (1) Project). experience With Design-build Request For Proposal Preparation (at Least One (1) Project). offerors Much Clearly Demonstrate Experience In Each Of The Seven Areas Identified Above In Projects Meeting The Required Timeframe And Meeting The Requirements Set Forth In This Criterion Or The Offeror Will Be Considered To Have Not Met This Criterion. if The Firm Was The Designer Of Record On A Design-build, The Design Portion Of The Project Must Be Clearly Stated As Design Completion Date And Have Been Completed Within The Seven (7) Years Immediately Preceding The Date Of Issuance Of This Synopsis To Qualify As Demonstrating Design Experience. The Offeror Must Clearly State The Project Completion Date Or, If Design-build, The Design Completion Date, Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Are Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. all Projects Provided In The Sf330 Must Be Completed By The Actual Office/branch/regional Office/individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Unique Entity Identifiernumber Along With Each Firm Name In The Sf330 Part 1, Section F, Block 25, “firm Name” Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Final Contract Cost, And A Summary Of The Work Performed That Demonstrates Relevance To At Least One Of Specialized Experience As Outlined Above. the Government Will Consider Projects For The Offeror When Performed As A Subcontractor Or If The Offeror Worked As A Joint Venture Partner. For Projects Performed As A Subcontractor Or As A Joint Venture Involving Different Partners, The Offeror Must Specify The Value Of The Work Performed As A Subcontractor Or As A Joint Venture Partner And Identify The Offeror’s Specific Roles And Responsibilities Performed As A Subcontractor Or As A Joint Venture Partner On The Project Rather Than The Work Performed On The Project As A Whole. Additionally, The Offeror Must Demonstrate How Its Work As A Subcontractor Or As A Joint Venture Partner Met The Requirements Set Forth In This Criterion In Order For The Project To Be Considered. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, And The Work Performed By The Offeror Does Not Meet The Requirements Set Forth In This Criterion, The Project Could Be Eliminated From Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects May Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Seven (7) Projects. Greater Consideration Will Be Given To A Joint Venture That Provides Experience As A Joint Venture Or, At Least To A Joint Venture That Provides Experience Meeting This Criterion’s Requirements For Each Member Of The Joint Venture. Joint Ventures That Do Not Provide Experience Or Experience Meeting This Criterion’s Requirements For All Members Of The Joint Venture Team May Be Rated Lower. If A Project Was Performed By A Joint Venture, And All Joint Venture Partners Are Not On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract And Clearly Demonstrate How That Work Meets This Criterion’s Requirements. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project And How That Work Meets This Criterion’s Requirements, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Will Be Eliminated From Consideration. projects Shall Be Submitted On The Sf330 At Part I, Section F And Shall Be Completed Projects As Detailed Above. Projects Not Completed As Required Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Should Be Submitted In The Sf330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Or Outside Of Part 1, Section F, In Evaluation Of Criterion 1. criterion 2 – Professional Qualifications (sf330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects As Outlined In The Sf330, Part 1, Section F. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are Program/project Manager, Quality Control, Task Order Manager, Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Geotechnical Engineers, And Interior Designers. The Following Key Personnel Must Also Be Licensed, Registered, And/or Certified: Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, And Interior Designers more Favorable Consideration May Be Given To Firms That Include Key Personnel That Participated In The Criterion 1 Projects Meeting The Project Requirements Outlined In Criterion 1. submission Requirements: sf330, Part I, Section E. – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Work Proposed Under This Contract. Resumes Are Limited To One (1) Page Each And Must Indicate Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Seven (7) Years Of The Date Of Issuance Of The Synopsis) Project-specific Experience In Work Relevant To The Services Required Under This Contract; And State Proposed Role In This Contract. Resumes Must State Professional Licensure And/or The Ability To Obtain Environmental And Other Permits From The States Of North Carolina And South Carolina. The Offeror Should State Whether Key Personnel Hold A Security Clearance. sf330, Part I, Section G. – State Participation Of Key Personnel In Criterion 1 Projects. criterion 3 – Past Performance (sf330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Contractor Performance Assessment Reporting System (cpars) For Criterion 1 Projects That Demonstrate Recent Relevant Specialized Experience In Areas As Detailed In Criterion 1 Above And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Note: Past Performance Information For Recent And Relevant Projects Submitted Under Criterion 1 May Be Given Greater Weight. submission Requirements: if A Completed Cpars Evaluation Is Available, It Shall Be Submitted For Each Project Included Under Criterion 1. The Offeror Shall Include All Completed Cpars Evaluations (interim And Final) For A Project. If There Is Not A Completed Cpars Evaluation, The Past Performance Questionnaire (ppq) (attachment A) Included In This Notice Is Provided For The Firm Or Its Team Members To Submit To The Client For Each Project Included Under Criterion 1, Specialized Experience. Offeror Shall Not Submit A Ppq When A Completed Cpars Is Available. if A Cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf330. If The Firm Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Firms Should Complete And Submit With Their Responses The First Page Of The Ppq, Which Will Provide Contract And Client Information For The Respective Project(s). Firms May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Firms Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Navfac Mid-atlantic, Con21, Attn: Brittany Cristelli Via Email At Brittany.n.cristelli.civ@us.navy.mil, Prior To The Response Date. Firms Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A-e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. firms Are Highly Encouraged To Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1, Specialized Experience. Firms Are Also Highly Encouraged To Address Any Adverse Past Performance Issues. Information Shall Not Exceed Four (4) Pages In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4 - Quality Control Program (sf330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: explain The Quality Control Program And Include An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. provide A Quality Control Process Chart Showing The Inter-relationship Of The Management And Team Components. describe Specific Quality Control Processes And Procedures Proposed For This Contract Including Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. identify The Quality Control Manager And Any Other Key Personnel Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Subcontractors. criterion 5 - Program Management, Capacity & Location (sf330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract, The Capacity To Accomplish The Work In The Required Time, And On The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. For Purposes Of Evaluation, The Primary Geographic Areas Are Defined As: Navfac Mid-atlantic Marine Corps Area Of Responsibility (aor) Which Includes Marine Corps Air Station (mcas) Cherry Point, Mcas New River, And Marine Corps Base (mcb) Camp Lejeune In North Carolina, And Mcas Beaufort And Marine Recruit Depot (mcrd) Parris Island, South Carolina. Maximum Of Five (5) Pages For This Criterion. The Government Will Not Consider Information Submitted Beyond This Page Limit Or In Different Sections Of The Sf330. submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners, Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. Evaluation Of Firms Will Include Consideration Of Their Location Within The Primary Geographic Area Of The Anticipated Projects, Primarily In The Marine Corps Aor In North And South Carolina As Defined In This Criterion. Provide A Narrative Describing The Team’s Knowledge Of These Primary Geographic Areas In Which Projects Could Be Located. criterion 6 - Volume Of Work (sf330, Part 1, Section H): firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602-1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A-e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A-e Contracts. submission Requirements: firms Do Not Submit Data For This Factor. sf-330 Submission Requirements: architect-engineer Firms Desiring To Be Considered For This Contract Must Submit A Completed Sf-330 Package. The Sf-330 Shall Be Typed, At Least 11-point Times New Roman Or Larger, Including Document Searchable Bookmarks. Part I Shall Not Exceed 100 8.5 By 11-inch Pages. The Page Limit Does Not Include Certificates, Past Performance Questionnaires (ppqs), Cpars, Or Licenses. In Addition, The Page Limit Does Not Include Cover Sheets, Dividers, Or Other Requested Documentation (e.g., Joint Venture Agreement, Proof Of A-e Firm Registration Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. The Organizational Chart May Be One Page 11 By 17 Foldout, Using 11-point Font Or Larger (font Limitations Do Not Apply To Graphics, Captions Or Tables). Please Include Your Unique Entity Identifier (uei), Commercial And Government Entity (cage) Numbers, And Taxpayer Identification Number (tin) In Block 30 Of The Sf-330. **in Accordance With The Far 36.601-4(b) Contracts For Architect-engineer Services May Only Be Awarded To Firms Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires A-e Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require A-e Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction). Failure To Submit The Required Proof Could Result In A Firm’s Elimination From Consideration. **firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firm’s Elimination From Further Evaluation. except As Noted Otherwise, The Government Will Not Consider Information Submitted Beyond This Page Limit.furthermore, The Government Will Consider Information For Each Criterion Only In The Section Specified For That Criterion.* For Example, The Government Will Consider Only The Information In The Sf330, Part I, Section F For Information On Criterion 1, Specialized Experience, And Will Not Cross-reference Or Consider Information In Other Sections That May Be Intended To Apply Or Supplement Criterion 1. a-e Firms That Meet The Requirements Described In This Announcement Shall Submit Their Electronic Sf330 (.pdf Format) Through The Procurement Integrated Enterprise Environment (piee) Website In The Solicitation Module. Only The Piee Solicitation Module Is Authorized For The Submission Of Electronic Sf330s In Response To This Synopsis. Electronic Submissions Should Be No Larger Than 1.9 Gb Per File. Firms Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Attachment B. firms Submitting Shall Allow Adequate Time To Register And Upload Files Which May Be Slower For Non-dod Users And To Avoid Other Technical Difficulties That May Be Encountered. Firms Are Also Responsible For Submitting Files In The Format Specified And Consistent With Requirements Stated Elsewhere In This Synopsis. Files That Cannot Be Opened Or Are Otherwise Missing The Required Content Are The Responsibility Of The Firm. Piee System Will Record The Date And Time Of Package Submittal. The Date And Time Of Package Submittal Recorded In Piee Shall Govern The Timeliness Of Any Proposal Submission. firms Responding To This Announcement By 16 September 2024, No Later Than 2:00 P.m. Edt Will Be Considered. This Is Not A Request For Proposal. late Responses Will Be Handled In Accordance With Far 52.215-1. The Points Of Contact Are Either Brittany Cristelli, Contract Specialist, At Brittany.n.cristelli.civ@us.navy.mil Or John Bishop, Supervisory Contract Specialist, At John.p.bishop23.civ@us.navy.mil. if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). it Is The Sole Responsibility Of The Submitting Firm To Obtain All Associated Attachments And Files, Along With Any Amendments From The Contract Opportunities (sam.gov) Website. inquiries Concerning This Procurement Shall Be Submitted Via The Pre-proposal Inquiry Form (attachment C), And Should Include Solicitation Number And Title In The Subject Line And Be Forwarded Via Email To Brittany.n.cristelli.civ@us.navy.mil Not Later Than 10 Days Prior To The Due Date Listed Above Unless That Date Is Changed Via An Amendment. Inquiries Submitted After This Time Period May Not Receive A Response.

DEPT OF THE ARMY USA Tender

Consultancy Services
United States
Closing Soon30 Sep 2024
Tender AmountRefer Documents 
Details: W912hv-24-z-0027 sources Sought Market Survey introduction: the U.s. Army Corps Of Engineers, Japan District (poj), Is Performing Market Research For An Upcoming Design-bid-build (dbb) Requirement Entitled, "provide Secondary Containment At Jp-8 Rail Offload Yokota Air Base, Japan." 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 Poj To Facilitate Decision-making And Will Not Be Disclosed Outside The Agency. However, Respondents Submitting Business Information Pursuant To This 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 Project 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 This 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 This 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 This Solicitation. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran2.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: Provide Secondary Containment At Jp-8 Rail Offload Yokota Air Base, Japan project Location: Yokota Air Base, Japan project Fsc: Y1na - Construction Of Fuel Supply Facilities project Naics: 237120 - Oil And Gas Pipeline And Related Structures Construction project Magnitude: Between ¥1,000,000,000 And ¥5,000,000,000 (japanese Yen) project Description: provide Secondary Containment At Jp-8 Rail Offload, Yokota Ab, Facility #8005. Provide Concrete Secondary Containment In The Area Underneath Active Rail Car Offload Positions And Connect To Existing Concrete Containment System Around Rail Offload Piping Area. Repair Existing Concrete Containment Around Rail Offload Piping To Have Sufficient Curbs And Proper Grading For Spill Containment And Drainage. Allow Rainwater To Drain To A Concrete Sump And Drainage Piping With A Lockable Valve (normally Closed During Fueling Operations) Which Can Be Opened To Drain The Area As Necessary. Include Other Piping Repairs, Mechanical Hardware, Painting And Other Support Work For A Complete And Usable Facility. The Work Includes Inspection And Acceptance Of The Rail System Prior To Placing The Rail Back Into Operation. procurement Method: the Government Anticipates Issuing A Request For Proposal (rfp) For This Project In December 2024. this Survey Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. any Solicitations Pursued Will Be Intended For Local Sources Only. Local Sources Are Those Sources Physically Located And Authorized To Perform Construction Work In Japan. draft Plans And Specifications Are Being Provided For Informational Purposes. Offerors Are Cautioned That These Drawings And Specifications Are In Draft Format. ========================================================================== requested Information interested Firms Are Requested To Reply With The Following Information No Later Than 30 September 2024 Japan Standard Time. Please Submit Your Responses Via E-mail To Mr. Ryan J. Marzetta, Contracting Officer At Ryan.j.marzetta@usace.army.mil And Mr. Jiro Miyairi, Contract Specialist At Jiro.miyairi@usace.army.mil 1. Name Of Your Company, Address, Phone Number, Email, Sam Uei, Cage Code, And English Speaking Point Of Contact (poc) Name. 2. Describe Your Firm's Interest, Capability And Experience Relative To The Work Described In The Interested Project Description. 3. Identify Your Current Construction Bonding Levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name Of Sureties 4. Please Provide At Least (3) Comparable Projects Your Company Has Completed To The Project(s) You Are Interested In (for Government Or Commercial Customers) Completed In The Past Seven (7) Years. The Comparable Projects Must Include Rail Construction Or Replacement On An Active Rail Line. Rail Lines On Comparable Projects Must Also Be Classified As Track Class 3 (or Freight Track Class 1), For Public Or Privately Owned Railways In The Kanto Region. a. Project Title And Location b. Customer/agency c. Project Value And Brief Description d. Date Completed Or Percent Complete e. Your Role (prime, Subcontractor, Designer Of Record, Joint Venture, Etc) f. Past Performance On Similar Projects Involving Rail Replacement On An Active Line 5. Is Your Company Or Your Railroad Construction Subconsultant Designated By The Mlit Minister As A Type Iii Railroad Business (or Higher), As Defined Per The Railways Business Act? Alternatively, Is Your Company Or Your Railroad Construction Subconsultant Granted Permission From Mlit To Perform Railroad Construction In Accordance With The Railways Business Act Or Other Railroad Laws And Regulations In Japan? 6. Does Your Company Or Your Railroad Construction Subconsultant Have Experience In The Past Five Years Of Constructing New Railways, Or Realigning Existing Railways, Which Were Required To Be Certified To Jr Freight Or Equivalent Standards To Be Put Into Service? If Not, Please Provide A List Of The Private Or Public Railway Owners Or Operators Certification Standards That You Were Required To Meet. 7. Do You Have Any Questions Or Concerns On The Draft Plans And Specifications? 8. Completion Of This Project Will Require Several Rail Outages With A Maximum Outage Duration Of Approximately 21 Calendar Days Followed By A 21 Calendar Day Recovery Period In Which The Rail Will Need To Be Operational. The 21 Calendar Day Outage Must Also Include Inspection And Acceptance Of The Work Completed Prior To Rail Reopening. Please Provide Feedback Or Concerns About Feasibility Of Completing The Project If Rail Outages Are Limited To 21 Calendar Days. 9. The Anticipated Period Of Performance Is 720 Calendar Days. Please Provide Any Feedback Your Company May Have On The Number Of Calendar Days Required For The Project. 10. Are There Any Other Comments Or Suggestions That May Increase Your Interest Or Participation? additional Info: u.s. Army Corps Of Engineers, Japan District, Camp Zama, Japan contracting Office Address: usace District, Japan attn: Cect-poj unit 45010 apo, Ap 96343-5010 points Of Contact: jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil ryan J. Marzetta 046-407-8725 ryan.j.marzetta@usace.army.mil

Province Of Negros Oriental Tender

Philippines
Closing Date15 Oct 2024
Tender AmountPHP 3.3 Billion (USD 59 Million)
Details: Description Invitation To Bid Bid No. B-331-2024 1. The Provincial Government Of Negros Oriental Through The Source Of Fund: Sp Res. No. 622, Gen. Fund Cy 2024, Intends To Apply The Sum Of Three Billion Three Hundred Million Pesos (php 3,300,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “design & Build For The Construction Of The Negros Oriental Medical City, Dumaguete City, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 1,440 Calendar Days To Complete. 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. The Eligibility Of Design And Build Contractors Shall Be Based On Provisions Of Annex ‘g’, Irr / R.a. 9184, Including Legal, Technical And Financial Requirements. In The Technical Requirements, The Design And Build Contractor [ As In Solo Or In Joint Venture/ Consortia ] Should Be Able To Comply With The Experience Requirement Under The Irr/ R.a. 9184, Where One (1) Of The Parties [ In A Joint Venture/ Consortia ] Should Have Completed At Least One (1) Similar Project, Over The Last Ten (10) Years From The Date Of Bid Submission, Both In Design And Build, With At Least 50% Of The Cost Of The Abc Of The Project. The Joint/ Consortia Contractor Must Also Submit Class ‘a’ And Class ‘b’ Documents. 4. 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. 5. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 24, 2024 To October 15, 2024 Up To 1:00 In The Afternoon From The 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 Seventy-five Thousand Pesos (php 75,000.00) 7. The Bids And Awards Committee Will Hold A Pre-bid Conference On October 1, 2024 At 2:00 In The Afternoon At The Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before October 15, 2024 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On October 15, 2024 At 1:30 In The Afternoon, Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 11. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 12. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 13. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “design & Build For The Construction Of The Negros Oriental Medical City, Dumaguete City, Negros Oriental” With Project Identification Number B-331-2024 Which Includes The Following Scope Of Work: Item Of Work Unit Quantity I. Construction Of The Negros Oriental Medical City Lot 1 Location: North National Highway, Dumaguete City, Negros Oriental 1. Site Development Area = 19,000.00 Sq.m. 2. Construction Of Amin Hospital Building (400 Bed-level 3) Area = 35,800 Sq.m. 3. Construction Of Medical Arts Building Area = 4,800 Sq.m. 4. Construction Of Multi-level Utility Parking Building Area = 5,000 Sq.m. Total Area = 64,600 Sq.m. 1.1 Planning, Preparation, Design Phase 1.1.1 Pre Planning And Design 1.1.2 Survey 1.1.3 Site, Soil And Foundation Investigation 1.1.4 Preparation And Design Development 1.2 Demolition Of Existing Structures 1.3 Construction 1.3.1 General Requirements 1.3.1.1 Mobilization/mobilization 1.3.1.2 Permits And Licenses 1.3.1.3 As Built Drawing 1.3.1.4 Temporary Facilities 1.3.1.5 Project Billboard 1.3.1.6 Others (safety Requirement, Signages, Etc.) 1.3.2 Earthworks 1.3.2.1 Embankment 1.3.2.2 Excavation 1.3.3 Structural/civil Works 1.3.3.1 Roads 1.3.3.2 Sidewalk (canal Cover) 1.3.3.3 Concrete Curb And Gutter 1.3.3.4 Parking 1.3.3.5 Material Recovery Facility 1.3.3.6 Sewage Treatment Plant 1.3.3.7 Footings, Columns, Beams, Slab, Roof Framing 1.3.4 Architectural Works 1.3.4.1 Hardscape, Landscape And Vegetation 1.3.4.2 Ceiling, Tiling, Carpentry Works, Doors And Windows Painting & Masonry Works 1.3.5 Water Distribution System 1.3.5.1 Waterlines 1.3.5.2 Overhead Watertank 1.3.5.3 Fire Hydrant, Fittings & Accessories 1.3.6 Drainage System 1.3.7 Plumbing Works 1.3.8 Electrical Works 1.3.8.1 Transformer Banks & Transmission Lines, Architectural Lightings 1.3.8.2 Lightings, Powerlines & Equipments 1.3.9 Special Items 1.3.9.1 Back-up Generator 1.3.9.2 Five (5) Units 10 Pax Capacity Elevator 1.3.9.3 Eight (8) Units 15 Pax Capacity Elevator 1.3.9.4 One (1) Unit Excalator 1.3.9.5 Office Tables, Chairs, Visitor Chairs, Steel Cabinets, Blinds 1.3.9.6 Nurse Call System 1.3.9.7 Bed Head Units 1.3.9.8 Pneumatic System 1.3.10 Auxiliary Works 1.3.10.1 Public Address System 1.3.10.2 Fire Detection & Alarm System 1.3.10.3 Cctv System 1.3.10.4 Telephone And Data Cabling System 1.3.11 Mechanical Works 1.3.11.1 Airconditioning System 1.3.11.2 Fire Protection System Duration: 1,440 Calendar Days Abc:p3,300,000,000.00

City Of Canlaon Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date9 Oct 2024
Tender AmountPHP 5.9 Million (USD 106.5 K)
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Construction Of Serbilis Center (construction Of Serbilis Building With Bac Conference Room And Cbms Office) The City Government Of Canlaon City, Through Ordinance No. 39, Series Of 2024 Intends To Apply The Sum Of Five Million Nine Hundred Sixty Thousand, Forty-one & 85/100 (p5,960,041.85) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Serbilis Center (construction Of Serbilis Building With Bac Conference Room And Cbms Office), Canlaon City Hall Grounds, Lopez Jaena Street, Brgy. Mabigo, Canlaon City, Negros Oriental. The City Government Of Canlaon City Now Invites Bids For The Construction Of Serbilis Center (construction Of Serbilis Building With Bac Conference Room And Cbms Office), Canlaon City Hall Grounds, Lopez Jaena Street, Brgy. Mabigo, Canlaon City, Negros Oriental. Completion Of The Works Is Required 240 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Office, Canlaon City And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:pm, Monday To Friday. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of: Total Budget For The Contract Amount 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. The City Government Of Canlaon City Will Hold A Pre-bid Conference On September 26, 2024- 11:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, Which Shall Be Open Only To All Interested Parties. Bids Must Be Delivered To The Address Below On Or Before October 9, 2024 – 10:00 Am, Office Of The Bids And Awards Committee, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A) Cash Or Cashier’s /manger’s Check Issued By A Universal Or Commercial Bank Two (2) Percent B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five (5) Percent D) Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of The Security Bid Securing Declaration Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The City Government Of Canlaon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Contact No. 09175617931 Email Address: Bacofficelgucanlaon@yahoo.com Bacofficelgucanlaon@gmail.com Certified For Posting: Alice D. Mcguiggan Bac Secretary Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: 01 Bid Form Name Of Project: Construction Of Serbilis Center (construction Of Serbilis Building With Bac Coference Room And Cbms Office) Location: Canlaon City Hall Grounds, Lopez Jaena Street, Brgy. Mabigo, Canlaon City, Negros Oriental Bill Of Quantities Item No. Item Description Quantity Unit Unit Price (pesos) Amount (pesos) I. Site Works 1.00 Lot Ii. Excavation 1.00 Lot Iii. Form Works 1.00 Lot Iv. Reinforcements 1.00 Lot V. Concrete And Masonry 1.00 Lot Vi. Ceiling Works 1.00 Lot Vii. Tile Works 1.00 Lot Viii. Painting Works 1.00 Lot Ix. Plumbing Works 1.00 Lot X Electrical Works 1.00 Lot Xi Fabricated Materials 1.00 Lot Total Submitted By: Name And Signature Of Bidder/authorized Representative Date:_________________________ Republic Of The Philippines City Of Canlaon Bids And Awards Committee Checklist Of Eligibility, Technical & Financial Envelop First Envelope-eligibility And Technical Legal Documents 1. Registration Certification For Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Of Cda For Cooperatives 2. Mayor’s Permit Issued By The City Of Municipality Where The Principal Of Business Or The Prospective Bidder Is Located 3. Philgpes Certificate Technical Document 1. Statement Of The Prospective Bidder Of All Its On-going And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid 2. Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid Financial Document 1. Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bir Or Its Duly Authorized Institutions, For The Preceding Year Which Should Not Be Earlier Than Two (2) Years For The Date Of Bid Submission 2. Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Bank To Extend A Credit Line In Favor Of The Prospective Bidder If Awarded The Contract To Be Bid 3. Valid Joint Venture Agreement, In Case The Joint Venture Is Already In Existence. In The Absence Of The Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. 4. Tax Clearance, National Technical 1. Bid Security 2. Omnibus Sworn Statement I. Non-inclusion In Blacklist Ii. Authenticity Of Documents Iii. Verification Authority Iv. Signatory’s Authority V. Disclosure Of Relations Vi. Responsibilities Of Bidders Vii. Labor Laws And Standards Viii. Did Not Pay Any Form Of Consideration (gppb Reso. 22-2013; 3-13-2014) 3. Authority Of The Signing Official 4. Duly Signed Construction Schedule And S-curve 5. Duly Signed Manpower Schedule 6. Duly Signed Construction Methods In Narrative Form 7. Duly Signed Contract Organizational Chart 8. Duly Signed List Of Contractor’s Key Personnel (project Manager; Project Engineer, Materials Engineer & Foreman) 9. Duly Signed List Of Contractor’s Equipment (owned, Leased Or Under Purchase Agreement 10. Duly Signed Equipment Utilization Schedule 11. Duly Signed Affidavit Of Site Inspection 12. Duly Signed Construction Safety And Health Program Second Envelope – The Financial Component: 1. Duly Signed Bid Prices In The Bill Of Quantities 2. Duly Signed Detailed Estimates 3. Duly Signed Cash Flow By Quarter And Payments Schedule Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A) Cash Or Cashier's /manager’s Check Issued By A Universal Or Commercial Bank Two (2) Percent B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Five (5) Percent D) Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of The Security E) Bid Securing Declaration Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) A) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Goods And Consulting Services – Five Percent (5%) Infrastructure Projects – Ten Percent (10%) B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Thirty Percent (30%) D) Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Please Note The Following Additional Instructions: 1. Bidders Should Present A Printed Copy Of The Invitation To Bid Posted In Philgeps Of The Particular Project/s He/she Intends To Participate 2. Table Of Contents With Corresponding Index 3. 3 Sets Of Bidding Documents Authenticated

EllisDon Construction Services Inc Tender

Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project.    Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number:  71947 Title:  Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu),  including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division             Scope Of Work 01 45 00                                 Surveying 01 45 00                                 Material Testing 01 45 00                                  Third Party Inspection (roof, Structural, Geotechnical) 01 52 00                                  Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19                                  Tower Cranes 01 54 23                                  Scaffolding 02 41 19                                  Selective Demolition 03 11 00                                  Concrete Formwork 03 15 00                                  Concrete Accessories 03 20 00                                  Reinforcing Steel 03 30 00                                  Concrete Supply 03 35 00                                  Concrete Placing & Finishing 03 45 00                                  Precast Specialties 04 00 00                                  Masonry 05 10 00                                  Structural Steel 05 30 00                                  Metal Decking 05 50 00                                  Miscellaneous Steel 05 70 00                                  Ornamental (specialized) Metals 06 20 00                                  Millwork / Architectural Woodwork 07 10 00                                  Damp Proofing & Waterproofing 07 40 00                                  Metal Roofing, Cladding & Siding 07 50 00                                  Membrane Roofing 07 80 00                                  Firestopping & Fireproofing 07 90 00                                  Caulking 08 10 00                                  Openings – Doors, Frames & Hardware 08 33 00                                  Coiling Doors & Grilles 08 34 16                                  Hanger Doors 08 35 00                                  Folding Doors & Grilles 08 36 00                                  Overhead Doors 08 40 00                                  Aluminum Entrances, Storefronts & Curtain Wall 08 80 00                                  Glazing 08 87 00                                  Window Film 09 21 16                                  Gypsum Board Assemblies 09 51 14                                  Acoustic Panels 09 60 00                                  Flooring 09 66 00                                  Tiling 09 67 00                                  Fluid Applied Flooring 09 69 00                                  Access Flooring 09 90 00                                  Painting 10 11 00                                  Visual Display Boards 10 14 00                                  Signage 10 22 19                                  Demountable Partitions 10 26 00                                  Wall, Corner, Door Protection 10 28 00                                  Bathroom Accessories & Toilet Partitions 10 51 00                                  Lockers 10 75 00                                  Flagpoles 11 30 00                                  Appliances 11 61 00                                  Theater And Stage Equipment 11 66 00                                  Athletic Equipment 11 81 29                                  Fall Arrest Systems 11 98 00                                  Detention Equipment 12 00 00                                  Furnishings 12 20 00                                  Window Coverings 14 20 00                                  Elevator & Lifts 21 00 00                                  Fire Suppression 22 00 00                                  Mechanical – Plumbing 23 00 00                                  Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00                                  Integrated Automation 26 00 00                                  Electrical 28 10 00                                  Access Control            31 00 00                                  Earthworks 31 60 00                                  Piling 32 10 00                                  Paving 32 16 00                                  Sidewalk Curb & Gutter 32 31 00                                  Fencing 32 90 00                                  Landscaping 33 00 00                                  Utilities & Underground 34 73 00                                  Airfield Construction - Apron 41 22 00                                  Overhead Cranes 48 16 00                                  Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc)   * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
4291-4300 of 4326 active Tenders